Oxygen Tenders
City Government Of Davao Tender
Civil And Construction...+1Drainage Work
Philippines
Details: Description The City Government Of Davao Now Invites Bidders For The Projects Under B06-2025 As Listed Below. The Prospective Bidder Must Have Completed A Single Largest Contract Cost (slcc) That Is Similar To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Psa Consumer Price Indices, Must Be At Least Fifty Percent (50%) Of The Abc To Be Bid: Provided, However, That Contractors Under Small A And B Categories Without Similar Experience On The Contract To Bid May Be Allowed To Bid If The Cost Of Such Contract Is Not More Than The Allowable Range Of Contract Cost (arcc) Of Their Registration Based On The Guidelines As Prescribed By The Pcab And Section 52.4.2.4 Of The Irr Of Ra 12009 As Of February 2025. Moreover, A Contract Shall Be Considered "similar" To The Contract To The Bid If It Has The Same Major Categories Of Work. B06-2025-01 Project Title: Construction Of Drainage System And Improvement Of Roads And Pathways At Sir, Brgy.76-a, Talomo District Source Of Fund: Adf, Cy 2024 (24122) Approved Budget For The Contract And Pcab License Requirements: Php 38,721,802.28 Flood Control Medium A Php 11,478,197.72 Road Small B -------------------- Php 50,200,000.00 Project Duration: 300 Calendar Days Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-60 W/ Breaker 1 Unit Water Truck 1 Unit Jackhammer W/ Air Compressor 1 Unit Concrete Vibrator 1 Unit Road Grader 1 Unit Concrete Saw 1 Unit Road Roller, Vibratory 1 Unit Bar Cutter 1 Unit 10w Dumptruck 86 Units Steel Forms 1 Unit Backhoe Pc-60 3 Units Submersible Pump (1.5hp) 1 Unit Concrete Mixer 1-bagger B06-2025-02 Project Title: Road Concreting With Slope Protection At Sitio Quimasog, Purok Kulafo, Lower Kapatagan And Purok Macatol, Brgy. Magsaysay, Marilog District Source Of Fund: Df, Sb No. 3, Cy 2024 (24260) Approved Budget For The Contract And Pcab License Requirements: Php 19,426,499.10 Road Small B Php 8,573,500.90 Flood Control Small B -------------------- Php 28,000,000.00 Approved Budget For The Contract: Php Project Duration: 270 Calendar Days Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 2 Units Hydraulic Excavator (0.80 Cu.m., Crawler) 1 Unit Water Truck 1 Unit Bulldozer, D6h Series Ii Psds/dd 1 Unit Concrete Vibrator 2 Units Payloader (1.50 Cu.m.) 1 Unit Bar Cutter 1 Unit Backhoe Pc-60 1 Unit One-bagger Concrete Mixer 4 Units Dumptruck (10w) 1 Unit Concrete Saw 1 Unit Road Grader 135 Hp) 64 Units Steel Forms 1 Unit Road Roller (125 Hp 10t, Vibratory) B06-2025-03 Project Title: Concreting Of Road At Purok 6, San Miguel, Barangay Bayabas, Toril District Source Of Fund: Adf, Cy 2025 (25089) Approved Budget For The Contract: Php 15,000,000.00 Project Duration: 170 Calendar Days Pcab License: Road Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Hydraulic Excavator (0.8 Cu.m) 1 Unit Concrete Vibrator 1 Unit Bulldozer, D6h Series Ii Psds/dd 1 Unit Concrete Saw 1 Unit Motorized Road Grader (140hp), G710a 2 Units Bar Cutter 1 Unit Payloader (1.50 Cu.m.) 86 Units Steel Forms 1 Unit Vibratory Roller (10mt), Sd100dc 1 Unit Heavy Duty Electric Drill (operated) 1 Unit Dumptruck 5 Cu.m Cap. 1 Unit One Bagger Concrete Mixer 1 Unit Chainsaw 1 Unit Water Truck 2 Units Dumptruck (10w) 2 Units Dumptruck (12 Cu.yd) Includes Hauling Travel Time B06-2025-04 Project Titles: A. Construction Of Multipurpose Building And Additional Offices At Cswdo Main Office Building, Pichon St., Davao City B. Completion Of Multipurpose Building At Cswdo Main Office, Pichon St., Davao City Sources Of Funds: A. Df, Sb No. 1 Cy 2024 (24174) B. Df, Sb No. 3 Cy 2024 (24243) Approved Budget For The Contract: A. Php 3,063,000.00 B. Php 6,000,000.00 -------------------- Php 9,063,000.00 Project Duration: 210 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc - 35 2 Units Electric Grinder 1 Unit 10w Dumptruck 1 Unit One-bagger Concrete Mixer 1 Unit Concrete Vibrator 2 Units Electric Handrill 4 Units Bar/shear Cutter 2 Units Tile Cutter 4 Units Bar Bender 1 Unit Chain Block With Pulley 2 Units Welding Machine 22 Units H-frame With Cross Bracing And Joint Pin B06-2025-05 Project Title: Road Construction With Drainage System At Bruno Gempesaw St. , Brgy. 26-c, Poblacion District Source Of Fund: Df, Sb No. 3, Cy 2024 (24252) Approved Budget For The Contract And Pcab License Requirements: Php 5,939,111.58 Flood Control Small B Php 3,200,888.42 Road Small B -------------------- Php 9,140,000.00 Project Duration: 200 Calendar Days Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 3 Units Dumptruck 5 Cu.m Capacity 1 Unit Pneumatic Road Roller 1 Unit Backhoe W/ Breaker 1 Unit Concrete Vibrator 1 Unit Backhoe Pc-60 1 Unit Concrete Saw 1 Unit Road Grader 4 Units Bar Cutter 1 Unit Vibratory Roller 50 Units Steel Forms 1 Unit Water Truck 1 Unit Plate Compactor 1 Unit Asphalt Distributor Prime 1 Unit One Bagger Concrete Mixer 1 Unit Ashpalt Paver 1 Unit Jackhammer W/ Air Compressor B06-2025-06 Project Title: Drainage System At Quimpo Boulevard, Corner Tulip Drive Up To Corner 3rd Cashew , Quimpo Boulevard, Brgy. Bucana, Talomo District Source Of Fund: Df, Sb #2, Cy 2024 (24225) Approved Budget For The Contract: Php 8,030,000.00 Project Duration: 120 Calendar Days Pcab License: Flood Control Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 1 Unit Applicator 2 Units Jackhammer W/ Air Compressor 1 Unit Asphalt Distributor Prime 1 Unit Kneading Machine 1 Unit Asphalt Paver 1 Unit Mini Dump Truck 1 Unit Backhoe W/ Dozer 1 Unit Mini Road Roller 4 Units Bar Cutter 1 Unit One Bagger Concrete Mixer 4 Units Concrete Saw 1 Unit Plate Compactor 1 Unit Concrete Vibrator 1 Unit Pneumatic Road Roller 5 Units Dump Truck (12 Cu. Yd. Cap.) 23 Units Steel Forms 2 Units Hydraulic Excavator B06-2025-07 Project Title: Road Concreting With Drainage System At Aurora Quezon St. Going To Fatima, Brgy. 24-c, Poblacion District Source Of Fund: Adf, Cy 2025 (25048) Approved Budget For The Contract And Pcab License Requirements: Php 3,653,272.41 Flood Control Small B Php 1,106,727.59 Road Small B -------------------- Php 4,760,000.00 Project Duration: 100 Calendar Days Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements 1 Unit Mini Dumptruck 1 Unit Concrete Vibrator 1 Unit Chainsaw 66 Units Steel Forms 2 Units Backhoe Pc-60 1 Unit Concrete Saw 1 Unit Jackhammer W/ Compressor 10 Units Bar Cutter 1 Unit Road Grader 1 Unit Submersible Water Pump 1 Unit Plate Compactor 1 Unit Handroller 1 Unit Road Roller 1 Unit Concrete Mixer (one Bagger) B05-2025-08 Project Title: Construction Of Multipurpose Building At Brgy. Manambulan, Tugbok District Source Of Fund: Adf, Cy 2025 (25040) Approved Budget For The Contract: Php 4,500,000.00 Project Duration: 150 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-60 1 Unit Welding Machine 1 Unit Mini Dumptruck 1 Unit Grinding Machine 1 Unit Pump Crete 1 Unit 1 Tank Oxygen/ 2 Tank Acethylene 1 Unit Concrete Vibrator 1 Unit Electric Handrill 1 Unit One-bagger Concrete Mixer 1 Unit Tile Cutter 1 Unit Bar/shear Cutter 1 Unit Prr Welding Machine 1 Unit H-frame With Cross Bracing And Joint Pin B06-2025-09 Project Title: Road Concreting At Bolton Riverside, Doña Pilar, Brgy. Sasa, Buhangin District Source Of Fund: Adf, Cy 2025 (25066) Approved Budget For The Contract: Php 4,280,000.00 Project Duration: 150 Calendar Days Pcab License: Road Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Mini Dumptruck 1 Unit Road Roller 1 Unit Road Grader 1 Unit Backhoe B06-2025-10 Project Title: Construction Of Open Channel Canal At Purok 5 Going To Purok 10, Brgy. Riverside, Calinan District Source Of Fund: Df, Sb No. 2, Cy 2024 (24227) Approved Budget For The Contract: Php 4,000,000.00 Project Duration: 60 Calendar Days Pcab License: Flood Control Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-60 90 Units Steel Forms 1 Unit Dumptruck 5 Cu.m. Cap 1 Unit Concrete Vibrator 4 Units Bar/shear Cutter B06-2025-11 Project Title: Construction Of Drainage System At Purok 23 Del Rosario Street Phase 1, Brgy. Sto. Niño, Tugbok District Source Of Fund: Adf, Cy 2025 (25145) Approved Budget For The Contract: Php 1,360,000.00 Project Duration: 45 Calendar Days Pcab License: Flood Control Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Jackhammer W/ Air Compressor 1 Unit Dumptruck 5 Cu. Capacity 1 Unit Backhoe Pc-30 1 Unit One Bagger Concrete Mixer 1 Unit Concrete Saw 2 Units Bar/ Shear Cutter B06-2025-12 Project Title: Construction Of Pathway With Canopy On Sidewalks Of Wireless Elementary School, Father Selga St., Brgy. 6-a, Davao City Source Of Fund: Df, Sb No. 3, Cy 2024 (24247) Approved Budget For The Contract: Php 800,000.00 Project Duration: 45 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 1,000.00 Minimum Equipment Requirements: 1 Unit Jackhammer W/ Air Compressor 1 Unit Backhoe Pc-30 1 Unit One-bagger Concrete Mixer 1 Unit Mini Dumptruck 1 Unit Bar/shear Cutter 1 Unit Plate Compactor 2 Units Welding Machine 2 Units Electric Handrill 1 Unit Electric Grinder Procurement Activity Schedule A. Issuance Of Bidding Documents June 4 To 25, 2025 8:00 Am To 5:00 Pm Bac Secretariat For Civil Works (excluding Saturdays, Sundays & Holidays) B. Pre-bid Conference June 11, 2025, 10:30 Am Virtual Meeting Through Zoom C. Deadline Of Submission And Receipt Of Bids June 25, 2025, 9:00 Am Bac Conference Room, Ground Floor, City Hall, Davao City D. Opening Of Bids June 25, 2025, 10:30 Am Virtual Meeting Through Zoom (sgd) Atty. Joseph Dominic S. Felizarta, Ce Bac Chairman
Closing Date25 Jun 2025
Tender AmountPHP 139.1 Million (USD 2.4 Million)
City Of Bais Tender
Civil And Construction...+1Bridge Construction
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Use In The Construction Of Footbridges C. Steel Footbridge At Barangay Cabanlutan -8918-1-07-03-990(26), City Engineer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 63-25 Php 4,963,393.00 1 190 Pcs. 2" X 2" X 10' G. Melina 2 85.5 Kls. 4" Cwn 3 49.5 Kls. 2 1/2" Cwn 4 60 Pcs. 2" X 4" X 10' G. Melina 5 16 Shts. 10mm X 1.20m X 2.40m Marine Plywood 6 250 Pcs. 2" X 3" X 12' G. Melina 7 250 Pcs. 2" X 4" X 12' G.melina 8 200 Mtrs. Nylon Rope, 1"ø 9 14 Shts. 10mm X 1.20m X 2.40m Ordinary Plywood 10 4 Kls. 1 1/2" Cwn 11 2868 Bags Portland Cement 12 175 Cu.m Sand (washed) 13 330 Cu.m Gravel (1 1/2"ø) 14 935 Lngth 12mm Ø X 6.00m Def. Bar 15 370 Lngth 16mm Ø X 9.00m Def. Bar 16 76 Lngth 20mm Ø X 9.00m Def. Bar 17 76 Lngth 20mm Ø X 6.00m Def. Bar 18 76 Lngth 10mm Ø X 6.00m Def. Bar 19 113 Pcs. Hacksaw Blade (18t) Heavy Duty 20 250 Kls. # 16 G.i Tie Wire 21 80 Lngth Channel, 6.50mm Thk X 75mm X 150mm X 6.00m (82.kg) 22 68 Lngth Channel, 5.00mm Thk X 50mm X 100mm X 6.00m (40.kg) 23 68 Lngth Channel, 5.00mm Thk X 40mm X 75mm X 6.00mm (30.20.kg) 24 9 Shts. Steel Plate, 8.00 Mm Thk X 1.20m X 2.40m 25 38 Shts. Steel Checkered Plate, 3.00 Mm Thk X 1.20m X 2.40m 26 1 Sht. Steel Plate, 25.00 Mm Thk X 1.20m X 2.40m 27 42 Lngth Angle Bar, 6.00mm Thk X 50mm X 50mm X 6.00m 28 40 Lngth Plain Round Bar, 11mm Ø X 6.00m 29 100 Lngth G.i Pipe, 50mmø X 6.00m, Sch.40 30 190 Lngth G.i Pipe, 37.5mmø X 6.00m, Sch.40 31 35 Boxes Welding Electrodes, 1/8"ø, E6013 32 80 Gal Epoxy Primer 33 28 Gal Epoxy Reducer 34 28 Gal. Rust Converter 35 35 Pcs. Paint Brush, 2" 36 35 Pcs. Paint Brush, 3" 37 240 Pcs. Grinding Wheel 4"ø (good Quality) 38 100 Mtrs. Welding Cable, #2 39 8 Pcs. Electrodes Holder Hd, 300a 40 8 Tank Oxygen Ind. H Size (content Only) 41 4 Tank Acytylene Ind. H Size (content Only) 42 8 Pcs. Masonry Cutting Wheel, 4" Ø Dry 43 80 Pcs. Anchor Bolt High M30 Bs4395, 30mmø X 40mm Lngth 44 20 Pcs. Turn Buckle, 12mmø 45 11 Bags G.i H-frame Scaffolding W/ Cross Bracing Set (sch.20) 1.70m X 1.80m X 1.25mm 46 50 Lngth 32mmø X 6.00m G.i Pipe Sch.40 (good Quality) 47 5 Pcs. 37.50 Mmø X 37.50mmø Swivel Clamp 48 5 Pcs. 37.50 Mmø X 37.50mmø Fixed Clamp The Approved Budget For The Contract Is To Be Taken From 20% Edf 2024. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On February 18, 2025, 2:00 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On March 4, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date4 Mar 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Description: Contact Information|4|n743.49|wvn|7176052147|benjamin.t.spangler.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
markings Level I/subsafe/dss-soc/triper|5||||||
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|||||||||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |n/a|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material |n50286|tbd|133.2|n/a|n/a|n39040 - Certifications |n/a
|n/a|see Dd Form 1423 |port_ptnh_wawf_notification@navy.mil Benjamin.t.spangler.civ@us.navy.mil|
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.|||||
warranty Of Data--basic (mar 2014)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x||
1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg.
2. Portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference Ton00102 Within This Order Should Be Updated To N50286.
3. The Following Proposed Delivery Schedule Applies:
submission Of Certification Data Cdrls Will Be On Or Before 20 Days Prior To Scheduled Delivery.
Pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt Of Certification Dd 1423 Cdrls. Final Delivery Of Material Will Be On Or Before 365 Days After Effective Date Of The Resulting Contract.
4. Any Contract Awarded As A Result Of This Solicitation Will Be "dx" Rated Order; "dx" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas).
5. Navsup Wss Mechanicsburg Will Be Considering Past Performance In The Evaluation Of Offers In Accordance With Far 13.106(a)(2) And Dfars 252.213-7000.
6. If Drawings Are Included In The Solicitation, Access Needs To Be Requested On The Individual Solicitation Page On Contracts Opportunities On The Government's Beta.sam Website. After Requesting Access, Send An Email To The Primary Poc Listed On The Solicitation.
7. This Item Requires Oxygen Cleaning And Requires Navy Sourcecertification Prior To O2 Cleaning.
8. This Order Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf).
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
2.2.2 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
2.2.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
drawing Data=eb-4147 |96169| B|sp |d|0001 | B|49998|9999999
drawing Data=2641-405-01 |96169| C| |d|0001 | C|49998|0571410
drawing Data=2641-405-01 |96169| C| |d|0002 | C|49998|0306486
drawing Data=2641-405-01c1 |96169| B|er |d|0001 | B|49998|1557359
drawing Data=2641-405-01c2 |96169| A|er |d|0001 | A|49998|1959053
drawing Data=2641-405-01c3 |96169| A|er |d|0001 | A|49998|0054956
drawing Data=2641-405-01c3 |96169| A|er |d|0001.1 | A|49998|0013248
drawing Data=2641-405-01c3 |96169| A|er |d|0002 | A|49998|0115326
drawing Data=2641-405-01c4 |96169| B|er |d|0001 | B|49998|1906271
drawing Data=2641-809-40e3 |96169| A|er |d|0001 | A|49998|3900338
drawing Data=2641-809-40f1 |53711| A|er |d|0001 | A|49998|0482072
drawing Data=2641-809-40f2 |53711| A|er |d|0001 | A|49998|1032221
drawing Data=2641-809-40f3 |53711| A|er |d|0001 | A|49998|1105420
drawing Data=2641-809-40f4 |53711| A|er |d|0001 | A|49998|0355813
drawing Data=2641-809-40f6 |53711| A|er |d|0001 | A|49998|0361360
drawing Data=7108936 |53711| F| |d|0001 | F|49998|0807371
drawing Data=7108936 |53711| F| |d|0002 | F|49998|0292564
drawing Data=7108936 |53711| F| |d|0003 | F|49998|0173351
drawing Data=7108936 |53711| F| |d|0004 | F|49998|0213107
drawing Data=7108936 |53711| F| |d|0005 | F|49998|0408672
drawing Data=7108936 |53711| F| |d|0006 | F|49998|0266144
drawing Data=7108936 |53711| F| |d|0007 | F|49998|0272454
drawing Data=7108936 |53711| F| |d|0008 | F|49998|0376438
drawing Data=7108936 |53711| F| |d|0009 | F|49998|0402428
drawing Data=7108936 |53711| F| |d|0010 | F|49998|0407398
drawing Data=7108936 |53711| F| |d|0011 | F|49998|0201710
drawing Data=7108936 |53711| F| |d|0012 | F|49998|0373272
drawing Data=7108936 |53711| F| |d|0013 | F|49998|0196952
drawing Data=7108936 |53711| F| |d|0014 | F|49998|0219783
drawing Data=7108936 |53711| F| |d|0015 | F|49998|0465991
drawing Data=7108936 |53711| F| |d|0016 | F|49998|0255117
drawing Data=7108936 |53711| F| |d|0017 | F|49998|0419296
drawing Data=7108936 |53711| F| |d|0018 | F|49998|0425311
drawing Data=7284884 |53711| F| |d|0001 | F|49998|0125575
drawing Data=7284884 |53711| F| |d|0002 | F|49998|0133395
drawing Data=7284886 |53711| E| |d|0001 | E|49998|1587181
drawing Data=8544033 |53711| G| |d|0001 | G|49998|1215409
document Ref Data=fed-std-h28 | | |b |190424|a| | |
document Ref Data=fed-std-h28 |0020| |b |941221|a| |01|
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=astm-b150 | | | |190401|a| | |
document Ref Data=astm-a240 | | | |240501|a| | |
document Ref Data=astm-a262 | | | |150901|a| | |
document Ref Data=qq-n-286 | | |g |001207|a| | |
document Ref Data=astm-a351 | | | |240501|a| | |
document Ref Data=astm-a574 | | | |211201|a| | |
document Ref Data=astm-f606 | | | |191115|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=mil-dtl-1222 | | |j |001208|a| | |
document Ref Data=mil-std-1330 | | |e |220516|a| | |
document Ref Data=mil-std-2132 | | |d |080310|f| |01|
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=mil-dtl-15024 | | |g |180303|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-dtl-18240 | | |f |000313|a|1 | |
document Ref Data=qpl 18240 | | |qpd|201208|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| | |
document Ref Data=0900-lp-001-7000 | | | |810101|c| |01|
document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | |
document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | |
document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | |
3. Requirements
3.1 ;the 1/4-inch, 4500 Psi, Socket Weld Ball Valve Must Be In Accordance With Electric Boat Drawing 2641-405-01, Assembly Iazby And All Engineering Referrals Provided With This Contract/purchase Order, Except As Amplified Or Modified Herein.;
3.2 Oxygen Cleaning - This Material Must Be Cleaned, Tested, Packaged & Labeled By Trained Personnel And Procedures In Accordance With Mil-std-1330, General.
3.3 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise:
part - ;body, Item 1 On Drawing 7284886;
material - ;astm-a351, Grade Cf3m;
part - ;bonnet Cap, Item 15 On Drawing 8544033;
material - ;sae Ams-qq-s-763, Class 304, Condition A Or Astm-a240, Type 304;
part - ;stem, Item 11 On Drawing 8544033;
material - ;astm-b150, Alloy C63200, Temper Tq50;
part - ;self-locking Socket Head Cap Screw, Item 125 On Drawing 2641-405-01;
material - ;mil-dtl-1222 Ty Ii, Qq-n-286, Annealed And Age Hardened, Self-locking Element In Accordance With Mil-dtl-18240;
part - ;ball (q3), Item 2 On Drawing 8544033;
material - ;sae Ams-qq-s-763, Class 304, Condition A;
part - ;seats (q3), Piece 43 On Drawing 7284884;
material - Torlon 4503, 4203, Or 4203l (unfilled Polyamide-imide) Per Electric Boat Specification 4147. (certificate Of Compliance Only Is Required)
3.4 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings And Specifications Is Still Required, But Certifications Are Only Required As
listed Below.
test - Pressure Tests
item - Each Assembly
performance - ;general Note 6 On Drawing 2641-405-01 (note 6.a For A Minimum Of 5 Minutes, Note 6.b For A Minimum Of 1 Minute, Note 6.c For A Minimum Of 3 Minutes);
acceptance - ;general Note 6 On Drawing 2641-405-01;
test - ;liquid Penetrant Inspection;
item - ;self-locking Socket Head Cap Screw, Item 125 On Drawing 2641-405-01;
performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222
acceptance - Mil-dtl-1222
attribute - Annealing And Age Hardening
item - ;self-locking Socket Head Cap Screw, Item 125 On Drawing 2641-405-01;
performance - Qq-n-286
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 - ;bonnet Cap, Item 15 On Drawing 8544033 And Ball, Item 2 On Drawing 8544033;
performance - Sae-ams-qq-s-763
acceptance - Sae-ams-qq-s-763
test - Intergranular Corrosion Testing
item - ;bonnet Cap, Item 15 On Drawing 8544033 (when Manufactured From Astm-a240 Material);
performance - Astm-a262, Practice E
acceptance - Astm-a262
test - Ultrasonic Inspection On Starting Material
item - ;all Items Requiring Certification Made From Qq-n-286 With A Diameter Or Minimum Distance Between Parallel Surfaces Of 4 Inches Or Greater Of The Starting Material, Or When Required By A Drawing Or Specification Invoked Elsewhere In This Contract;
performance - T9074-as-gib-010/271 Or Mil-std-2132, And Qq-n-286
acceptance - Qq-n-286
test - Non-destructive Tests
item - ;weld Repair And/or Production Weld (as Applicable);
performance - Per Applicable Fabrication Specification
acceptance - Per Applicable Fabrication Specification
3.5 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The
following Must Be Used:
For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig.
For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig.
For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig.
the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This
contract, The Following Must Be Used:
For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes.
For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes.
For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes.
3.6 Chemours Company (formerly Dupont) Teflon Coating 850g-204 And 852g-201. Use Of Chemours Company (formerly Dupont) Teflon Coating 851n-204 And 852n-201 Is Acceptable Until Exhausted - Teflon Coating Of Ball(s) Must Be In Accordance With General Note ;6; Of
drawing ;845-8544033; .
3.6.1 Naval Ordnance Systems Command Od 10362 First Revision Dated 15 Aug 1961 Is Provided By Contract Support Library Reference Number Csd018 In Ecds At Https://register.nslc.navy.mil/
3.6.2 Csd099 Provides Guidance For Acceptance/rejection Of Teflon-coated Valve Balls After Valve Assembly Production Testing.
3.7 Contract Support Library - Additional Requirements For This Item Are Identified As Contract Support Library Reference Number ;csd099; In Ecds At Https://register.nslc.navy.mil/
3.8 Ball Spherical Surface Waviness - Unless Otherwise Specified On Drawing, All Sealing Area Surfaces Must Have A Spherical Surface Waviness Which Does Not Exceed 0.0005 Inches Of Height Per Inch Of Spherical Surface. Roughness And Waviness Ratings Must
apply In A Direction Which Yields The Maximum Rating, Normally Perpendicular To The Lay.
3.9 ;surface Waviness Must Be Verified Prior To Teflon Coating.;
3.10 Seat Stack Height Measurement - To Ensure That Each Seat Is Within Tolerance, Check Each Seat Singularly By Measuring The Seat Height Over The Ball. This Measurement Is Calculated By Adding One-half Ball Diameter To The Half Stack Height Dimension On
the Drawing. Limits Are Determined By The Ball Diameter Tolerance And The Half Stack Height Tolerance. Check Dimensions By Measuring From The Seat Back Face To Top Of Ball. Manufacturers Of Seats That Do Not Have A Ball Of The Required Size Available Will Be
required To Manufacture A Dummy Ball Or Segment Of A Ball With Sufficient Spherical Surface To Check The Above Dimension.
3.11 O-ring Grooves And Mating Sealing Surfaces Must Be Inspected Per The Contractually Invoked Drawings Or Specifications. When The Drawings Or Specifications Do Not Provide Specific Defect Criteria Or State That No Defects Are Allowed, The General
acceptance Criteria (gac) Standard Must Be Used For Inspecting O-ring Grooves And Mating Sealing Surfaces Only. Repairs To Sealing Surfaces And O-ring Grooves With Unacceptable Defects May Be Accomplished Within The Limits Of The Size And Tolerances Provided
in The Applicable Drawing. Repairs Thatwould Exceed These Limits Require Approval (including Final Dimensions). The Data That Is Red Lined (crossed Out) Is Excluded From The Gac For This Contract And Is Not To Be Used For Acceptance Or Rejection Criteria.
the Gac Document Is Identified As Contract Support Library Reference Number Csd008 At Https://register.nslc.navy.mil/
3.12 K-monel Fasteners - Material Must Be Heat Treated Per Qq-n-286.
3.12.1 Fasteners That Have Been Hot Or Cold Headed Or Roll Threaded Must Be Solution Annealed Followed By Age Hardening Subsequent To All Heading And Thread Rolling Operations. The Mechanical Properties On Certifications Must Be Actual Properties Of The
annealed And Age Hardened Material And Must Meet The Requirements Of Qq-n-286.
3.12.2 Qq-n-286 Fasteners That Have Been Headed And/or Roll Threaded Must Not Beage Hardened Unless The Material Has Been Solution Annealed Subsequent To The Heading And Threading Operations. Threads Formed After The Final Age Hardening Heat Treatment Must Be
cut Or Ground Only.
3.13 K-monel Fasteners - K-monel Externally Threaded Fasteners Must Have Mechanical Properties Determined In Accordance With Mil-dtl-1222. Test Results Must Include Tensile, Yield, Elongation And Hardness As Required By Mil-dtl-1222. (the Hardness Tests Must
be Performed On A Full Size Fastener.)
3.13.1 Studs Require An Axial Tensile Test In Accordance With Mil-dtl-1222.
3.13.2 Headed Fasteners Require A Wedge Tensile Test As Specified Elsewhere In This Contract/purchase Order.
3.14 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent
inspection In Accordance With Asme B1 Series Is Acceptable.
3.14.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement.
3.14.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System
22 Of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222.
3.14.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System.
3.15 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable.
3.16 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test Of Qq-n-286 Must Be Performed By One Of The Following Laboratories:
huntington Alloys, A Special Metals Company
attn: Bill Bolenr
3200 Riverside Drive
huntington, Wv 257059
phone: (304) 526-5889
fax: (304) 526-5973
metallurgical Consultants, Inc.
attn: W. M. Buehler
4820 Caroline
po Box 88046
houston, Tx 77288-0046
phone: (713) 526-6351
fax: (713) 526-2964
naval Surface Warfare Center, Carderock Division
attn: Eric Focht Code 614
9500 Macarthur Blvd
west Bethesda, Md 20817-5700
phone: (301) 227-5032
fax: (301) 227-5576
teledyne Allvac
attn: Dr. W. D. Cao
2020 Ashcraft Ave.
monroe, Nc 28110
phone: (704) 289-4511
fax: (704) 289-4269
westmoreland Mechanical Testing And Research Inc.
attn: Andrew Wisniewski
p.o. Box 388
youngstown, Pa 15696-0388
mannesmann Rohrenwerke
mannesmann Forschungsinstitut (mfi)
attn: Dr. Weiss
postfach 251160
47251 Duisburg
germany
phone: 011-49-0203-9993194
fax: 011-49-0203-9994415
thyssenkrupp Vdm Usa, Inc.
attn: D. C. Agarwal
11210 Steeplecrest Drive, Suite 120
houston, Tx 77065-4939
phone: (281) 955-6683
3.17 Wedge Tensile Test Specimens (headed Fasteners) - A Wedge Tensile Test Must Be Conducted On A Full Size Fastener For Each Production Lot And Reported Aspart Of The Mechanical Properties. The Required Specimens For The Wedge Tensile Test Must Be Separate
fasteners From Those Required For The Yield Test.
3.17.1 Testing For Socket Head Cap Screws Must Be In Accordance Mil-dtl-1222, Paragraphs 4.5.2.3 And 4.5.2.3.1.
3.17.2 Testing For All Other Headed Fasteners With A Nominal Diameter Greater Than 1/4-inch Must Be In Accordance With Astm-f606 For Grades 5, 8, B7, And B16.for All Other Grades, The Following Wedge Angles Must Be Used.
a. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Of 1/4-inch Through 1-inch (inclusive) Must Be Tested With A Ten Degree Wedge.
b. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Over 1-inch Must Be Tested With A Six Degree Wedge.
c. Fasteners That Are Of Grades 8, B7, B16, 410, 416, 416se, 431, And 630 And Are Threaded Within One Diameter To The Underside Of The Head Must Be Tested As Follows:
sizes 1/4 Inch Through 3/4 Inch (inclusive) Use A Six Degree Wedgesizes Over 3/4 Inch Use A Four Degree Wedge
d. Fasteners Which Have Passed Testing With Wedge Angles Greater Than Those Specified Should Be Considered Acceptable.
3.17.3 For Fasteners Having A Length Less Than The Minimum Specified In Table 1 Of Astm-f606, One "test Specimen Fastener" Must Be Manufactured From Each Lot Of Fasteners And Tested To Represent That Lot. The Length Of These Test Specimen Fasteners Must Meet
the Minimum Specified In Table 1 Of Astm-f606 But Must Not Exceed It By More Than 1/4 Inch. Test Specimen Fasteners Must Be The Same Type, Style, And Diameter As The Production Lot And Must Be Manufactured From The Same Starting Material, Using The Same
manufacturing Techniques As The Production Lot, And Must Be Heat Treated (if Required) Along With The Production Lot.
3.18 Thread Forming - The Following Provides The Official Interpretation Of Paragraph 4.5.2.7 Of Mil-dtl-1222.
3.18.1 In Order To Qualify For "alternate Mechanical Testing" Found In Mil-dtl-1222j Paragraph 4.5.2.7 And Utilize The Mechanical Properties For The Starting Bar Stock In Lieu Of Performing Yield Strength Or Proof Stress Testing On Finished Fasteners, All Of
the Subsequent Provisions Found In Mil-dtl-1222j Paragraphs 4.5.2.7 A Through E Must Be Met. If Any Single Provision Is Not Met, All Required Mechanical Testing Must Be Performed On The Finished Full Sized Fasteners. These Provisions Are Explained As Follows:
a. Proper Product Lot Control And Traceability Must Be In Place.
b. No Heat Treatment (including Hot Heading And Hot Forming), Cold Forming, Drawing, Rolling And Thread Rolling May Be Performed On The Starting Bar, Fastener Blanks Or Finished Fasteners After The Completion Of The Mechanical Testing On The Starting Bar.
c. And D. The Proper Size Starting Bar Must Be Selected To Ensure Mechanical Properties Of Finished Fasteners Are Represented By The Mechanical Properties Of The Starting Bar.
e. The Mandatory Testing, Axial Tensile (studs) And Wedge Tensile (screws And Bolts) Must Be Performed On Full Sized Fasteners. Note That There Is A Typographical Error In Paragraph 4.5.2.7 And That The Axial Load Test Is A Mandatory Test That Must Be
performed On Studs As Required In Paragraph 4.5.2.7.e.
3.18.2 Thread Rolling Is A Cold Working Process And Is Not Considered To Be A Machining Or Grinding Operation. Therefore, Fasteners Which Have Rolled Threads Do Not Satisfy The Provisions Of Mil-dtl-1222j Paragraph 4.5.2.7.b And Are Not Eligible For The
"alternate Mechanical Testing" Provision.
3.18.3 Thread Rolling Alone Is Not A Sufficient Cold Working Process To Qualify A Fastener To Be In The Cold Worked (cw) Condition. This Condition Is Only Applicable To Some 300 Series Stainless Steel Studs, Screws And Nuts. These Cw Condition Fasteners
must Be Manufactured From Cold Worked Bar Stock Or Be Cold Headed In Order To Qualify. The Threads May Subsequently Be Rolled, Machined Or Ground. Testing Of The Finished Fasteners And/or Reporting Of The Starting Bar Stock Material Properties Is Subject To
the Same Provisions Found In Mil-dtl-1222j Paragraph 4.5.2.7 And Discussed Above.
3.19 Component Identification Description (cid) - When Applicable Drawing(s) And/or Specification(s) Specify That A Nameplate Or Identification Plate Is Required, The Cid Number ( ;cid T887306281; ) Must Be Added. When No Plate Is Specified, An
identification Plate In Accordance With Mil-dtl-15024, Type "c" On Brass Or Type "h" On Aluminum Must Be Securely Attached To Each Assembly Showing The Above Cid Number. No Assembly Must Be Shipped Without The Cid Number Attached.
3.20 ;plastic Color Coding Of Valve Handle Is Not Required.;
3.21 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel
applications, Or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification
data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing.
3.22 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.22.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide
a Copy Of This Request To The Qar. Requests Must Include The Information Listed Below.
A. A Complete Description Of The Contract Requirement Affected
And The Nature Of The Waiver/deviation (non-conformance),
Including A Classification Of Critical, Major, Or Minor.
B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This
Configuration.
C. Any Impacts To Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel Or Impacts To The Operational Use Of The Product.
D. Information About Remedial Action Being Taken To Prevent Reoccurrence
Of The Non-conformance.
3.22.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email.
3.22.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
A. The Change Priority, Change Classification (class I Or Class Ii),
And Change Justification.
B. A Complete Description Of The Change To Be Made And The Need For
That Change.
C. A Complete Listing Of Other Configuration Items Impacted By The
Proposed Change And A Description Of The Impact On Those Cis.
D. Proposed Changes To Documents Controlled By The Government.
E. Proposed Serial/lot Number Effectivities Of Units To Be
Produced In, Or Retrofitted To, The Proposed Configuration.
F. Recommendations About The Way A Retrofit Should Be Accomplished.
G. Impacts To Any Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel In Support Of The Product.
H. Impacts To The Operational Use Of The Product.
I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
J. Milestones Relating To The Processing And Implementation Of The
Engineering Change.
3.23 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
3.24 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further
application Of The Above Documents Is Prohibited.prohibited.
3.24.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract.
3.25 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
^ Quality Assurance Requirements ^
3.26 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.
3.27 Welding Requirements - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In Addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As
part Of The Certification Oqe Package Submitted By The Contractor.
note: These Requirements Do Not Apply To Tack/spot Welds When The Conditions Of Section 4.2.1.1 Of S9074-ar-gib-010a/278 Are Met.
3.27.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair).
3.27.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The
approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be
submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted,
citing The Drawing Number And Pieces To Be Welded. (i.e. ''wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc'.' Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz'')
3.27.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010/248, S9074-ar-gib-010a/278, And
the Contract.
3.27.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including
size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure
specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application.
3.27.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual
agreement Between The Vendor And Dcma.
3.27.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted
as Part Of The Qualification Data.
3.27.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential
elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element.
3.27.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278.
3.27.9 When Production Or Repair Welding Is Required On Titanium Materials, The Applicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval.
3.27.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable
documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training
plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf.
3.27.11 A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following:
a) Filler Metal Lot Number(s)
b) Specification And Type
c) A Positive Statement That The Vendor Has Obtained Oqe And Verified Thateach Lot Of Weld Filler Material Conforms To Specification Requirements.
d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption.
3.27.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor,the Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor.
3.28 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate.
3.28.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/non-acceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality
requirements Established In The Contract/purchase Order.
3.28.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon
notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative.
3.28.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of
any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement.
3.28.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly
notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency
(dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately.
3.28.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption.
3.29 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And
rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected.
3.29.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made
available For Operations Of Such Devices
and For Verification Of Their Accuracy And Condition.
3.29.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided
by The Government Representative.
3.30 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization
of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being
purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon
receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest
defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.31 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.
3.31.1 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.
3.31.2 The Prime Contractor Must Ensure That The Purchased Product Conforms To 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.
3.31.3 The Prime Contractor Must Evaluate The Requirements Of The Contract And 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.
3.31.4 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.
3.32 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:
3.32.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.32.2 Inspection For Completeness And Proper Type.
3.32.3 Verification Of Material Quality Received.
3.32.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.32.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.32.6 Identification And Protection From Improper Use Or Disposition.
3.32.7 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.
3.32.8 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.
3.32.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.33 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.
3.33.1 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.
3.34 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number For Metallic Material Or Batch Of Non-metallic Material, 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.
3.34.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The
marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is
permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing.
3.34.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And
the Tag Securely Affixed To The Material.
3.34.3 Permanent Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ;marking Area To Be As Shown On Drawing. Ball Must Be Marked In The Airway And Seats To Be Marked On The Outer Cylindrical Surface.;
3.34.4 Seat Marking - Each Seat Must Be Permanently Marked In Accordance With Mil-std-792, Type I And As Stated Below, Except For Teflon Seats, Which Must Only Be Tagged. Type Ix Marking May Be Substituted For Type I, Provided The Minimum Character Size
scribed By The Marking Tool Must Be Approximately 3/32 Inch High To Insure Legibility. Permanent Marking Is Not Permitted On Teflon Seats.
seat Marking Requirements Must Maintain Complete Traceability To Certification Oqe. Seat Marking Must Be Either Heat/lot Or Batch Number, A Vendor Traceability Number/code, Or A Combination Thereof And Must Be Unique To The Material Certification.
3.34.5 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Item Identifying The Part
number, Piece Number, Traceability Number, And The Location Of The Permanent Mark.
3.35 See Cdrl-di-misc-81020 (chemical And Mechanical) And Cdrl Di-misc-80678 (seat Material) - Material Certifications - The Following Material Certification Requirements Apply:
3.35.1 Metallic Material - 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.
3.35.2 Non-metallic Material - The Contractor Must Furnish The Applicable Test Reports For Each Heat/lot/batch Of Seat Material. Material Certification Test Reports Must Include, In Addition To The Specification, The Class, Form, Grade, Type, Process, And/or
composition, As Applicable, Of The Material Supplied.
3.35.3 Re-identification And Re-certification Of Metallic Material Is Required When The Material Is Subjected To A Process Which Alters Its 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.)
3.35.4 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.
3.35.5 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.
3.35.6 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.36 Material Handling - The Written Material Control Process Must Include The Following:
3.36.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.36.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.36.3 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.
3.36.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A
minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And
grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors.
3.36.5 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.
3.36.6 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.
3.37 Receiving Inspection
3.37.1 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.
3.37.2 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.
3.38 Discrepancy Reporting
3.38.1 Nonconforming Products 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 Will Be Maintained And Available For Review By The Government Quality Assurance Representative (qar).
3.39 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.39.1 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.
3.39.2 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.
3.39.3 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.
3.39.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible.
3.39.5 Sampling For Certification Of Non-metallic Material Must Be On The Basis Of One Set Of Test Specimens From Each Heat/lot Or Batch.
3.40 Additional Marking For Fasteners - Fasteners Must Be Marked In Accordance With ;mil-dtl-1222; . The Method Of Marking Must Be Types I, Ii, Iii, V, Viii Or Ix Of Mil-std-792 Except For Grades 410, 416 And 431 In The H Condition And Grades 8, 630, A574,
and 4340 Which Must Be Marked By Method Ii When Marking Is Applied After The Final Heat Treatment. Markings On Fasteners That Are To Be Coated Must Be Marked Prior To Coating And Have A Minimum Depth Of 4 Mils. Traceability Marking Must Be Legible After The
application Of Protective Compounds.
3.40.1 Marking Is Required For All Fasteners Regardless Of Size And Must Include The Material Symbol, The Manufacturer's Identification Symbol, And The Traceability Marking. Marking Must Be Applied On The Head Of Headed Fastener (top Preferred, Side
location If Necessary). Self-locking Screws Must Also Be Marked With Six Dots. Where No Contract Invoked Specification Requirement Exists For This Marking, Self-locking Fasteners Must Be Marked With Six Dots Approximately .032" Diameter, Raised Or Depressed
by Approximately .010" Located On The Top Perimeter Of The Head Of The Fastener In An Arc Or Circular Pattern. The Six Dots Must Be Distinguishable From All Other Required Markings.
3.41 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 Dcma Qar And The Contractor -
4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A
disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A
record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco.
4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders.
4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The
contracting Agency As Important, Are Observed And Evaluated.
6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government
representative Prior To Shipment.
6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Requi
Closing Date27 Mar 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n743.43|wwv|717-605-3992|noelle.m.smith10.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C & E|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
general Information-fob-destination|1|a|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|n50286|tbd|||n/a||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year|365 Days After The Last Delivery Under This Contract|||||
warranty Of Data--basic (mar 2014)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (mar 2025) (deviation 2025-o0003)|13|332613|600||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x||
1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg.
2.the Following Proposed Delivery Schedule Applies:
submission Of All Certification Data Cdrls 20 Days Prior To Delivery.
pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt
final Delivery Of Material (210 Days)
3. This Requirement Falls Under The Emergency Acquisition Flexibilities (eaf) In Accordance With 41 U.s.c. 1903.
4. This Solicitation Is And Resulting Contract Will Be Issued Iaw Eaf (sepa)
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
1.1.1 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
2.2.2 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order.
drawing No Cage Rev Distr Cd
;f3c10321 99517 D B;
2.2.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=mil-std-1330 | | |e |220516|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
document Ref Data=ss800-ag-man-010/p-9290 | | |a |200324|a| |42|
3. Requirements
3.1 ;this Spring,helical,comp Must Be Manufactured In Accordance With Vacco Filters Drawing F3c10321 Item No. 03 Except As Amplified Or Modified Herein.;
3.2 Oxygen Cleaning - This Material Must Be Cleaned, Tested, Packaged & Labeled By Trained Personnel And Procedures In Accordance With Mil-std-1330, General.
3.3 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
3.4 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.4.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A
copy Of This Request To The Qar. Requests Must Include The Information Listed Below.
A. A Complete Description Of The Contract Requirement Affected
And The Nature Of The Waiver/deviation (non-conformance),
Including A Classification Of Critical, Major, Or Minor.
B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This
Configuration.
C. Any Impacts To Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel Or Impacts To The Operational Use Of The Product.
D. Information About Remedial Action Being Taken To Prevent Reoccurrence
Of The Non-conformance.
3.4.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email.
3.4.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
A. The Change Priority, Change Classification (class I Or Class Ii),
And Change Justification.
B. A Complete Description Of The Change To Be Made And The Need For
That Change.
C. A Complete Listing Of Other Configuration Items Impacted By The
Proposed Change And A Description Of The Impact On Those Cis.
D. Proposed Changes To Documents Controlled By The Government.
E. Proposed Serial/lot Number Effectivities Of Units To Be
Produced In, Or Retrofitted To, The Proposed Configuration.
F. Recommendations About The Way A Retrofit Should Be Accomplished.
G. Impacts To Any Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel In Support Of The Product.
H. Impacts To The Operational Use Of The Product.
I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
J. Milestones Relating To The Processing And Implementation Of The
Engineering Change.
3.4.4 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s).
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.
^ Quality Assurance Requirements ^
3.6 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.
3.6.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality
requirements Established In The Contract/purchase Order.
3.6.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon
notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative.
3.6.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Deep Submergence Systems Program (dssp) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco)
prior To Award Of Any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At Navicp-mech May Request The Pco Waive This Requirement.
3.6.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly
notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency
(dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately.
3.6.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption.
3.7 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved
and Rejected And The Nature Of Corrective Action Taken As Appropriate.
3.7.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made
available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition.
3.7.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions
provided By The Government Representative.
3.8 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured/performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization Of
the Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased.
when The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of
this Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract
management Agency (dcma) Office. In The Event That A Local Government Representative Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.9 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:
3.9.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.9.2 Inspection For Completeness And Proper Type.
3.9.3 Verification Of Material Quality Received.
3.9.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.9.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.9.6 Identification And Protection From Improper Use Or Disposition.
3.9.7 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.
3.9.8 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.
3.9.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.10 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Dssp Systems, It Is Imperative That Traceability Be Maintained From The Material To All Required Objective Quality Evidence (oqe).
3.10.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order.
3.11 Material Traceability - Traceability Markings Must Be Permanently Applied To The Material In Accordance With Mil-std-792 Or To A Tag Affixed To The Material, And Annotated On The Required Oqe. The Traceability Marking May Be Any Vendor Traceability
number/code Which Provides Complete Traceability To The Required Oqe. Traceability Marking/identification May Include Such Items As Nomenclature, Part Number, Technical Description, National Stock Number (nsn), Etc. Traceability Must Be Maintained Through All
process Operations Including Any Subcontracted Operations, To The Finished Component.
3.11.1 When Traceability Markings On The Material Would Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical,
an Appropriate Material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed.
the Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Material Or Loss Of Traceability. The Traceability Marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.11.2 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings On The Material, Purchase Or Work Orders Must Specify A
method And Marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.12 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.12.1 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.
3.12.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The
government Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above.
3.12.3 All Oqe Required By The Contract And All Data Concerning Material Traceability (oqe To Traceability Marking) Must Be 100% Inspected. The Certification Test Reports Must Also Be 100% Inspected For Completeness And Legibility.
3.13 Test Certification - When Test Certifications Are Required Elsewhere In The Contract, Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True"
are Not Acceptable.
3.13.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.14 See Cdrl Di-ndti-80603a - Cleaning - Prior To Performing Any Cleaning, The Applicable Cleaning Procedure Must Be Submitted For Review And Approval. If The Contractor's Cleaning Procedure Has Previously Been Approved By Navsea For This Or Other
contracts, A Copy Of The Original Approval Letter Must Be Submitted In Lieu Of The Actual Procedure.
3.14.1 When Cleaning Is Performed By A Subcontractor, The Requirements For Submission Of All Documentation Required Herein Must Be Passed Down To The Subcontractor.
3.15 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address, Phone Number And Date.
2. The Contract/purchase Order Number (i.e. N00104-11-p-fa12).
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (i.e. 1h 4820 012345678 D4) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds. ("n/a" When Not Applicable).
5. Cure Date ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement For Any Hull, Mechanical And Electrical (hm&e) Testing Required That Include The Name Of The Test And That It Was Performed Satisfactorily. If No Hm&e Testing Is Required, The Statement Should Read "hull, Mechanical And Electrical (hm&e) Testing
n/a."
9. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements.
10. Contractor's Or Authorized Personnel's Signature.
3.15.1 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, S-5343934-3, Or Dry Deck Shelter Specification S-5486639-1, The Certificate Of Compliance Must Also Include The Information Below:
11. A Notation That 32 Root Mean Square (rms) Finishes Are In Accordance With The Specifications And Are Free Of Imperfections.
12. Direct Reading Of O-ring Surface Diameters With Specified Standard.
3.15.2 For Self-locking Hex Nuts Procured To Nasm 25027, The Certificate Of Compliance Must Also Include The Information Below:
13. A Statement To The Effect That Qualification Testing In Accordance With Nasm 25027 Paragraph 3.2 Is Satisfactorily Performed.
4. Quality Assurance
4.1 Notes To Dcma Qar And The Contractor -
4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A
disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A
record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco.
4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders.
4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The
contracting Agency As Important, Are Observed And Evaluated.
6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government
representative Prior To Shipment.
6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied
conforms To The Specified Requirements.
6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following:
- The Requirements Of This Contract/purchase Order.
- Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.).
- Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards.
- Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving:
- Performance
- Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts
- Health Or Safety
- Effective Use Or Operation
- Weight, Stability, Or Structural Integrity
- System Design Parameters As Schematics, Flows, Pressures Or Temperatures
- Compartment Arrangements Or Assigned Function
6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification.
6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;- 10/20/2016 - Updated Ecds Url
- Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds
- Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- May 14 2008 - Mil-std-1330 Cleaning Procedures Required
- Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section
- Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section;
date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 12 - Within 60 Days After Contract Award And Prior To Performing Any Cleaning, Submit One Copy To The Pco.
note: If This Procedure Has Been Previously Approved By Navsea, Submittal Of The Original Approval Letter In Lieu Of The Procedure Is Acceptable.
the Review (approval/disapproval) Must Be Within 60 Days From Date Of Receipt.
Closing Date7 Apr 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n743.43|wwu|717-605-3992|noelle.m.smith10.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C & E|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
general Information-fob-destination|1|a|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|n50286|tbd|||n/a||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year|365 Days After The Last Delivery Under This Contract|||||
warranty Of Data--basic (mar 2014)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (mar 2025) (deviation 2025-o0003)|13|332722|600||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x||
1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg.
2.the Following Proposed Delivery Schedule Applies:
submission Of All Certification Data Cdrls 20 Days Prior To Delivery.
pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt
final Delivery Of Material (210 Days)
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
1.1.1 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
2.2.2 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order.
drawing No Cage Rev Distr Cd
;054235bp 94120 H D;
2.2.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=mil-std-1330 | | |e |220516|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a|1 | |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
3. Requirements
3.1 ;this Washer Must Be Manufactured In Accordance With Aqua Lung Drawing 054235bp, S/n 13, Except As Amplified Or Modified Herein.;
3.2 Oxygen Cleaning - This Material Must Be Cleaned, Tested, Packaged & Labeled By Trained Personnel And Procedures In Accordance With Mil-std-1330, General.
3.3 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
3.4 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.4.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A
copy Of This Request To The Qar. Requests Must Include The Information Listed Below.
A. A Complete Description Of The Contract Requirement Affected
And The Nature Of The Waiver/deviation (non-conformance),
Including A Classification Of Critical, Major, Or Minor.
B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This
Configuration.
C. Any Impacts To Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel Or Impacts To The Operational Use Of The Product.
D. Information About Remedial Action Being Taken To Prevent Reoccurrence
Of The Non-conformance.
3.4.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email.
3.4.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
A. The Change Priority, Change Classification (class I Or Class Ii),
And Change Justification.
B. A Complete Description Of The Change To Be Made And The Need For
That Change.
C. A Complete Listing Of Other Configuration Items Impacted By The
Proposed Change And A Description Of The Impact On Those Cis.
D. Proposed Changes To Documents Controlled By The Government.
E. Proposed Serial/lot Number Effectivities Of Units To Be
Produced In, Or Retrofitted To, The Proposed Configuration.
F. Recommendations About The Way A Retrofit Should Be Accomplished.
G. Impacts To Any Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel In Support Of The Product.
H. Impacts To The Operational Use Of The Product.
I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
J. Milestones Relating To The Processing And Implementation Of The
Engineering Change.
3.4.4 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s).
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.
^ Quality Assurance Requirements ^
3.6 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.
3.6.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality
requirements Established In The Contract/purchase Order.
3.6.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon
notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative.
3.6.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Deep Submergence Systems Program (dssp) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco)
prior To Award Of Any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At Navicp-mech May Request The Pco Waive This Requirement.
3.6.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly
notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency
(dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately.
3.6.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption.
3.7 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved
and Rejected And The Nature Of Corrective Action Taken As Appropriate.
3.7.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made
available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition.
3.7.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions
provided By The Government Representative.
3.8 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured/performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization Of
the Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased.
when The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of
this Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract
management Agency (dcma) Office. In The Event That A Local Government Representative Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.9 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:
3.9.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.9.2 Inspection For Completeness And Proper Type.
3.9.3 Verification Of Material Quality Received.
3.9.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.9.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.9.6 Identification And Protection From Improper Use Or Disposition.
3.9.7 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.
3.9.8 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.
3.9.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.10 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Dssp Systems, It Is Imperative That Traceability Be Maintained From The Material To All Required Objective Quality Evidence (oqe).
3.10.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order.
3.11 Material Traceability - Traceability Markings Must Be Permanently Applied To The Material In Accordance With Mil-std-792 Or To A Tag Affixed To The Material, And Annotated On The Required Oqe. The Traceability Marking May Be Any Vendor Traceability
number/code Which Provides Complete Traceability To The Required Oqe. Traceability Marking/identification May Include Such Items As Nomenclature, Part Number, Technical Description, National Stock Number (nsn), Etc. Traceability Must Be Maintained Through All
process Operations Including Any Subcontracted Operations, To The Finished Component.
3.11.1 When Traceability Markings On The Material Would Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical,
an Appropriate Material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed.
the Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Material Or Loss Of Traceability. The Traceability Marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.11.2 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings On The Material, Purchase Or Work Orders Must Specify A
method And Marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.12 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.12.1 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.
3.12.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The
government Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above.
3.12.3 All Oqe Required By The Contract And All Data Concerning Material Traceability (oqe To Traceability Marking) Must Be 100% Inspected. The Certification Test Reports Must Also Be 100% Inspected For Completeness And Legibility.
3.13 Test Certification - When Test Certifications Are Required Elsewhere In The Contract, Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True"
are Not Acceptable.
3.13.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.14 See Cdrl Di-ndti-80603a - Cleaning - Prior To Performing Any Cleaning, The Applicable Cleaning Procedure Must Be Submitted For Review And Approval. If The Contractor's Cleaning Procedure Has Previously Been Approved By Navsea For This Or Other
contracts, A Copy Of The Original Approval Letter Must Be Submitted In Lieu Of The Actual Procedure.
3.14.1 When Cleaning Is Performed By A Subcontractor, The Requirements For Submission Of All Documentation Required Herein Must Be Passed Down To The Subcontractor.
3.15 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address, Phone Number And Date.
2. The Contract/purchase Order Number (i.e. N00104-11-p-fa12).
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (i.e. 1h 4820 012345678 D4) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds. ("n/a" When Not Applicable).
5. Cure Date ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement For Any Hull, Mechanical And Electrical (hm&e) Testing Required That Include The Name Of The Test And That It Was Performed Satisfactorily. If No Hm&e Testing Is Required, The Statement Should Read "hull, Mechanical And Electrical (hm&e) Testing
n/a."
9. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements.
10. Contractor's Or Authorized Personnel's Signature.
3.15.1 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, S-5343934-3, Or Dry Deck Shelter Specification S-5486639-1, The Certificate Of Compliance Must Also Include The Information Below:
11. A Notation That 32 Root Mean Square (rms) Finishes Are In Accordance With The Specifications And Are Free Of Imperfections.
12. Direct Reading Of O-ring Surface Diameters With Specified Standard.
3.15.2 For Self-locking Hex Nuts Procured To Nasm 25027, The Certificate Of Compliance Must Also Include The Information Below:
13. A Statement To The Effect That Qualification Testing In Accordance With Nasm 25027 Paragraph 3.2 Is Satisfactorily Performed.
4. Quality Assurance
4.1 Notes To Dcma Qar And The Contractor -
4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A
disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A
record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco.
4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders.
4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The
contracting Agency As Important, Are Observed And Evaluated.
6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government
representative Prior To Shipment.
6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied
conforms To The Specified Requirements.
6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following:
- The Requirements Of This Contract/purchase Order.
- Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.).
- Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards.
- Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving:
- Performance
- Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts
- Health Or Safety
- Effective Use Or Operation
- Weight, Stability, Or Structural Integrity
- System Design Parameters As Schematics, Flows, Pressures Or Temperatures
- Compartment Arrangements Or Assigned Function
6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification.
6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;- 10/20/2016 - Updated Ecds Url
- Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds
- Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- May 14 2008 - Mil-std-1330 Cleaning Procedures Required
- Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section
- Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section;
date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 12 - Within 60 Days After Contract Award And Prior To Performing Any Cleaning, Submit One Copy To The Pco.
note: If This Procedure Has Been Previously Approved By Navsea, Submittal Of The Original Approval Letter In Lieu Of The Procedure Is Acceptable.
the Review (approval/disapproval) Must Be Within 60 Days From Date Of Receipt.
Closing Date7 Apr 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n743.43|wwv|717-605-3992|noelle.m.smith10.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C & E|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
general Information-fob-destination|1|a|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|n50286|tbd|||n/a||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year|365 Days After The Last Delivery Under This Contract|||||
warranty Of Data--basic (mar 2014)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|332613|600||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg.
2.the Following Proposed Delivery Schedule Applies:
submission Of All Certification Data Cdrls 20 Days Prior To Delivery.
pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt
final Delivery Of Material (210 Days)
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
1.1.1 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 "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 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order.
drawing No Cage Rev Distr Cd
;v5b10186 99517 A B;
2.2.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=mil-std-1330 | | |e |220516|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
3. Requirements
3.1 ;spring Must Be Manufactured In Accordance With Vacco Drawing V5b10186, Part Number V5b10186-02a, Except As Amplified Or Modified Herein.;
3.2 Oxygen Cleaning - This Material Must Be Cleaned, Tested, Packaged & Labeled By Trained Personnel And Procedures In Accordance With Mil-std-1330, General.
3.3 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
3.4 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.4.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A
copy Of This Request To The Qar. Requests Must Include The Information Listed Below.
A. A Complete Description Of The Contract Requirement Affected
And The Nature Of The Waiver/deviation (non-conformance),
Including A Classification Of Critical, Major, Or Minor.
B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This
Configuration.
C. Any Impacts To Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel Or Impacts To The Operational Use Of The Product.
D. Information About Remedial Action Being Taken To Prevent Reoccurrence
Of The Non-conformance.
3.4.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email.
3.4.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
A. The Change Priority, Change Classification (class I Or Class Ii),
And Change Justification.
B. A Complete Description Of The Change To Be Made And The Need For
That Change.
C. A Complete Listing Of Other Configuration Items Impacted By The
Proposed Change And A Description Of The Impact On Those Cis.
D. Proposed Changes To Documents Controlled By The Government.
E. Proposed Serial/lot Number Effectivities Of Units To Be
Produced In, Or Retrofitted To, The Proposed Configuration.
F. Recommendations About The Way A Retrofit Should Be Accomplished.
G. Impacts To Any Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel In Support Of The Product.
H. Impacts To The Operational Use Of The Product.
I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
J. Milestones Relating To The Processing And Implementation Of The
Engineering Change.
3.4.4 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s).
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.
^ Quality Assurance Requirements ^
3.6 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.
3.6.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality
requirements Established In The Contract/purchase Order.
3.6.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon
notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative.
3.6.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Deep Submergence Systems Program (dssp) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco)
prior To Award Of Any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At Navicp-mech May Request The Pco Waive This Requirement.
3.6.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly
notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency
(dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately.
3.6.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption.
3.7 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved
and Rejected And The Nature Of Corrective Action Taken As Appropriate.
3.7.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made
available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition.
3.7.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions
provided By The Government Representative.
3.8 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured/performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization Of
the Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased.
when The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of
this Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract
management Agency (dcma) Office. In The Event That A Local Government Representative Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.9 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:
3.9.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.9.2 Inspection For Completeness And Proper Type.
3.9.3 Verification Of Material Quality Received.
3.9.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.9.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.9.6 Identification And Protection From Improper Use Or Disposition.
3.9.7 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.
3.9.8 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.
3.9.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.10 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Dssp Systems, It Is Imperative That Traceability Be Maintained From The Material To All Required Objective Quality Evidence (oqe).
3.10.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order.
3.11 Material Traceability - Traceability Markings Must Be Permanently Applied To The Material In Accordance With Mil-std-792 Or To A Tag Affixed To The Material, And Annotated On The Required Oqe. The Traceability Marking May Be Any Vendor Traceability
number/code Which Provides Complete Traceability To The Required Oqe. Traceability Marking/identification May Include Such Items As Nomenclature, Part Number, Technical Description, National Stock Number (nsn), Etc. Traceability Must Be Maintained Through All
process Operations Including Any Subcontracted Operations, To The Finished Component.
3.11.1 When Traceability Markings On The Material Would Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical,
an Appropriate Material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed.
the Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Material Or Loss Of Traceability. The Traceability Marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.11.2 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings On The Material, Purchase Or Work Orders Must Specify A
method And Marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.12 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.12.1 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.
3.12.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The
government Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above.
3.12.3 All Oqe Required By The Contract And All Data Concerning Material Traceability (oqe To Traceability Marking) Must Be 100% Inspected. The Certification Test Reports Must Also Be 100% Inspected For Completeness And Legibility.
3.13 Test Certification - When Test Certifications Are Required Elsewhere In The Contract, Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True"
are Not Acceptable.
3.13.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.14 See Cdrl Di-ndti-80603a - Cleaning - Prior To Performing Any Cleaning, The Applicable Cleaning Procedure Must Be Submitted For Review And Approval. If The Contractor's Cleaning Procedure Has Previously Been Approved By Navsea For This Or Other
contracts, A Copy Of The Original Approval Letter Must Be Submitted In Lieu Of The Actual Procedure.
3.14.1 When Cleaning Is Performed By A Subcontractor, The Requirements For Submission Of All Documentation Required Herein Must Be Passed Down To The Subcontractor.
3.15 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address, Phone Number And Date.
2. The Contract/purchase Order Number (i.e. N00104-11-p-fa12).
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (i.e. 1h 4820 012345678 D4) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds. ("n/a" When Not Applicable).
5. Cure Date ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement For Any Hull, Mechanical And Electrical (hm&e) Testing Required That Include The Name Of The Test And That It Was Performed Satisfactorily. If No Hm&e Testing Is Required, The Statement Should Read "hull, Mechanical And Electrical (hm&e) Testing
n/a."
9. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements.
10. Contractor's Or Authorized Personnel's Signature.
3.15.1 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, S-5343934-3, Or Dry Deck Shelter Specification S-5486639-1, The Certificate Of Compliance Must Also Include The Information Below:
11. A Notation That 32 Root Mean Square (rms) Finishes Are In Accordance With The Specifications And Are Free Of Imperfections.
12. Direct Reading Of O-ring Surface Diameters With Specified Standard.
3.15.2 For Self-locking Hex Nuts Procured To Nasm 25027, The Certificate Of Compliance Must Also Include The Information Below:
13. A Statement To The Effect That Qualification Testing In Accordance With Nasm 25027 Paragraph 3.2 Is Satisfactorily Performed.
4. Quality Assurance
4.1 Notes To Dcma Qar And The Contractor -
4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A
disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A
record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco.
4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders.
4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The
contracting Agency As Important, Are Observed And Evaluated.
6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government
representative Prior To Shipment.
6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied
conforms To The Specified Requirements.
6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following:
- The Requirements Of This Contract/purchase Order.
- Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.).
- Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards.
- Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving:
- Performance
- Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts
- Health Or Safety
- Effective Use Or Operation
- Weight, Stability, Or Structural Integrity
- System Design Parameters As Schematics, Flows, Pressures Or Temperatures
- Compartment Arrangements Or Assigned Function
6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification.
6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;- 10/20/2016 - Updated Ecds Url
- Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds
- Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- May 14 2008 - Mil-std-1330 Cleaning Procedures Required
- Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section
- Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section;
date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 12 - Within 60 Days After Contract Award And Prior To Performing Any Cleaning, Submit One Copy To The Pco.
note: If This Procedure Has Been Previously Approved By Navsea, Submittal Of The Original Approval Letter In Lieu Of The Procedure Is Acceptable.
the Review (approval/disapproval) Must Be Within 60 Days From Date Of Receipt.
Closing Date26 Mar 2025
Tender AmountRefer Documents
Ministry Of Science And Technology Cotabato City Maguindan Tender
Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description 1 Lot A. Coffee Roasting Machine * Roasting Capacity: 8-10kg/h * Drum Materials: Stainless Steel 304 * Body Material: Stainless Steel Grade 304 (food Contact) * Additional Accessories: * Include 2 Pcs Filled Lpg Tank 11kg 1 Lot B. Fresh Coffee Huller Machine * Powered: Diesel Engine 10hp * Power Consumption: 1.2kw * Processing Capacity; (70-100kg)/h * Dimensions (lxhxw): 580x435x1150mm * Weight: 40kg 1 Lot C. Coffee Pulper Machine * Powered Source: Diesel Engine 10hp * Overall Dimensions (lxwxh)(mm): 795x610x887 * Pulping Chamber * Material: Stainless Steel 304 * Thickness: 1.28 Mm Discharge Outlet * Material: Stainless Steel 304 * Location: Left Side Of Pulping Chamber *dimensions (lxwxh) (mm): 281x141x327 Pulp Outlet * Material: Stainless Steel 304 * Location: Bottom Of The Pulping Chamber. * Safety Features: Belt Cover * Prime Mover * Cooling System: Air-cooled Starting System: Rope-recoil Starter 1 Lot D. Portable Coffee Moisture Meter * Operating Range Temperature: 32-113f(0-45c) 1 Lot E. Coffee Grinder (single Phase) * Power Source: Electric Operated * Voltage: 220v, Single Phase * Material: Stainless Steel (direct Food Contact) * Size (lxwxh): 12x12x24 Inches 1 Lot F. Sealer Machine (single Phase) * Material: Stainless Steel Grade 304 * Temperature Control: 0 - 300°c (572°f) * Power Consumption: 650w, 220v, Single Phase * Sealing Speed: At Least 6 Meters Per Minute * Conveyor Height: 4.5 To 10.5 Inches (adjustable) * Bag Size Compatibility: * Biggest Bag Size: 11inch Bag * Smallest Bag Size: 5inch Bag * Machine Size (lxwxh): 840x380x320mm Name Of Beneficiary Bangsamoro J4 Biaf Farmers Marketing Cooperative Place Of Delivery Brgy. Macasampen, Guindulungan, Maguindanao Del Sur 9 Lot A. Bakery Stationary Oven Type: • Lpg Operated • Dimension (lxwxh): (57x54x 30inch) • Tray Size: 18x13inches (standard Planza) • Additional Features: • Removable Assembled Stand • Built-in Thermometer • Safe Pilot Knob • Wood Door Handler • Material: Hard And Thick Stainless Steel Food Grade. 9 Lot B. Dough Roller Machine • Voltage: 220v • Motor Power: 2hp • Mechanism: • High-quality Cast-iron Rollers • Bushings, V-type Pulley, And Chain-driven Mechanism • Stainless Steel Sprocket Housings • Emergency Foot Brake For Safety • Size (hxwxd): 40x40x44 Inch • Roller Cylinder Size: 4.5” Diameter X 16.25” Long 9 Lot C. Stainless Steel Working Table • Material: Stainless Steel Frame & Body (type 316, Heavy Duty, 18gauge) • Dimension (lxwxh): 72 X 36 X 32inches • Features: • Double Layer Construction • Entire Top Surface Machine Polished To Satin Finish 9 Lot D. Commercial Mixer Stainless Steel (single Phase) • Voltage: 220v (single Phase) • Power (w):1500w • Capacity: 15kg • Material: Stainless Steel (food Grade) • Dimension: 76x93x92cm • Knife Type: Round Knife 9 Lot E. Noodle Maker Dough Roller Presser Machine (single Phase • Voltage: 220v, Single Phase • Power: 550w • Materials: Stainless Steel (food Grade) • Dimension (lxwxh): 34x22x32cm • Dough Stick Length: 29.2cm • Thickness Adjustable Range:2mm-12mm: • Motor Speed: 68rpm • Weight:63kg. 10 Lot F. Peanut Butter Grinder (single Phase) • Voltage:220v • Power:1100w • Material: Stainless Steel Food Grade • Dimension (lxwxh): (270 X 270 X 640 Mm) • Weight:23 Kg 9 Lot G. Food Storage • Movable Bread Display Cabinet • Dimension: (lxwxh)200x76x160cm • Material: Transparent Acrylic Type Food Grade • Product Features: • 3-tier Design • Recycled Wood Base • Can Be Used As Attendant Or Self-serve • Bread Rock (collapsible) • Dimension: Size (lxwxh): 48x60x168cm • Material: Stainless Steel Frame (food Grade) • Capacity: 15 Layers Cooling Bread Rack With Tray 9 Lot H. Bread Slicer (single Phase) • Voltage: 220v • Power: 370kw (0.37kw) • Bread Baffle: 390-110mm Adjustable • One Bottom Start Switch: Convenient For Operation • Deeding And Discharging Plate: Stainless Steel (food Grade) • Slice Range: • Wide: 380mm • Narrow: 125mm • Weight: 60kg 9 L0t I. Upright Freezer • Dimension (hxwxl): 194cmx83cmx79cm • Voltage: 220v • Wattage: 230w • Size (hxwxl): 194cmx83cmx79cm • Capacity: 21 Cu. Ft. • Features: • Inverter Technology: Hd Inverter • R600a Refrigerant • 5 Heavy Duty Wire Shelves • 1 Bottom Drawer • Eco Led Light • Stainless Look Door • Color: Gray • Type A- 2 Flat Prong Plug • Weight (kg):83k 10 Lot J. Washing Facility Single Phase (complete Set) Includes: • Water Supply System • Water Storage Tank 1500l, Pe Vertical Blue • Water Pump Motor: 2h.p, 1100w 220v, Single Phase,60hz • Pneumatic Pu Polyurethane Pipe: (½” (13 Mm), ¾” (19 Mm) And 1” (25 Mm). • Stainless Steel Washing Sink (double Hole With Fouche). • Material: Aisi Stainless Steel 304 • Dimension: 120cm*60cm*80cm • Thickness: 0.8-1.0mm • High Quality Kitchen Stainless Steel Faucet • Height 19-inches • Reach: 10 Inches • Flow Rate: 1.8 Gallons Per Minute • Features: Pull-down Sprayer, Built-in Water Filter, 360 Degree Celsius, Dual-function Sprayer. • Finish Type: Brushed • Materials: Stainless Steel, Metal, Zinc Name Of Beneficiary Al-amanah Farmers Association Place Of Delivery Brgy. Salama, Banisilan, North Cotabato 7 Lot Upgrading Of Coconut Oil Products-vco Coconut Oil Press Machine (single Phase) • Capacity: 50-75kg/h Range • Dimension (lxwxh):140x86x126cm • Function: Making Edible Oil Screw Oil Expeller) • Material: Stainless Steel 304 (direct Food Contact) • Core Components: Motor, Pressure Vessel, Pump, Plc, Gear, Bearing, Engine, Gearbox. • Voltage: 220v (single Phase) 7 Lot Production And Processing Facility Electric Coconut Grater Machine (15pcs) • Motor Power: O.5hp,220v, Single Phase • Current: 4.69a • Speed: 1680 R/min • Material: Stainless Steel Food Contact Stainless Steel Working Table (8pcs) • Material: Type 316 Stainless Steel, 18 Gauge, Reinforced For Durability • Dimension (wdh): 72" X 36" X 32" Features: • Machine Polished To Satin Finish • Hemmed Edged Provide Strength And Safety • Die Cast Reinforced Leg Sockets For Stability • 1-year Warranty Working Hygiene Kits (14 Set) • Working Gloves (100pcs) • Apron 100 Pcs, • Hairnet 100pcs • Head Cap/net (100pcs) • Facemask (100) Packs • Boots (14pairs) Cooking Utensils Facility Includes: • 14 Pcsheavy Duty High Pressure Burner With Lpg System • 14 Pcs Filled Lpg Tanks (11kg Each) • 14 Pcs Cooking Pot 20l Capacity • 14 Pcs Stainless Steel Food Container 20l Capacity Cooking Oil Container W/faucet (14pcs) • Capacity: 100l • Materials: Stainless Steel Food Grade • Thickness: 1.2mm Minimum • Includes: Cover Double Boiler Stainless Steel Heavy Duty (14 Pcs) • Capacity: 12 Quarts • Materials: Commercial Grade Heavy Gauge Stainless Steel • Features: Encapsulated Bottom For Even Heat Distribution Stainless Steel Cooking Wok Heavy Duty (14pcs) • Size: 70cm Diameter • 3mm Thickness Stainless Steel (food Grade) Cooking Oil Container (different Sizes) • 1500pcs Bottle With Cap (1l) • 1500pcs 350ml Plastic Bottle • 20pcs Cooking Oil Gallons (20l) • Stainless Steel Pot (10l,20l) • Stainless Steel Food Container Colander (various Sizes) 2 Lot Manual Coconut Milk Presser (single Phase) • Type: Hydraulic Jack-type Coconut Presser • Capacity: 10-15kls Per Load • Materials: Stainless Steel 304 (food Contact) Washing Facility (single Phase, Complete Set) Includes: • Water Supply System • Water Storage Tank 1500l, Pe Vertical Blue • Water Pump Motor: 2h.p, 1100w 220v, Single Phase,60hz • Pneumatic Pu Polyurethane Pipe: (½” (13 Mm), ¾” (19 Mm) And 1” (25 Mm). • Stainless Steel Washing Sink (double Hole With Fouche). • Material: Aisi Stainless Steel 304 • Dimension: 120cm*60cm*80cm • Thickness: 0.8-1.0mm • High Quality Kitchen Stainless Steel Faucet • Height 19-inches • Reach: 10 Inches • Flow Rate: 1.8 Gallons Per Minute • Features: Pull-down Sprayer, Built-in Water Filter, • 360 Degree Celsius, Dual-function Sprayer. • Finish Type: Brushed • Materials: Stainless Steel, Metal, Zinc 7 Lot Stainless Steel Bag Filter Housing Coconut Oil • Dimension: (lxwxh): 40x40x120cm • Capacity: 20l • Maximum Vacuum: 0.098mpa • Funnel Type: Buchner Funnel • Materials: Stainless Steel Pp • Funnel: Stainless Steel & Polypropylene (pp) • Filter Bottle: High Borosilicate Gg3.3 6-8mm Thick) • Drain Valve Assembly: Glass & Ptfe Combination Name Of Beneficiary Kambago-bago Marketing Cooperative Place Of Delivery Brgy. Datu Sabir, Marawi City 1 Lot Automatic Ice Candy Packaging Machine Specifications: (all Single Phase) * Packing Speed:30-80 Bags/min * Packing Range: 5-300ml * Maximum Bag Width: 280mm * Making Bag Size (lxw): 50-330mmx15-130mm * Filling Volume: 5-330ml * Seal Type: Pillow Seal * Power:1.6kw, 220v, Single Phase * Machine Weight:200-250kg * Machine Dimensions (wxh): 80x180cm * Packaging Materials: Composite Materials * Operating Panel: Touch Screen 1 Name Of Beneficiary Sumping Putih Women Association Place Of Delivery Barangay Tumakid, Lamitan City, Basilan 1 Lot Cassava Grinder Machine * Voltage: 220v Single Phase * Power: 2.2hp * Weigth:80-100kg * Size (lxwxh): 540mmx380mmx870mm * Motor Speed: 2800rpm * Drum Diameter: 180mm * Roller Length: 390mm * Material: Stainless Steel Food Grade 304 1 Lot Cassava Grinder Machine Descriptions: * Power Source: Gas Engine Operated: 6.5hp Heavy Duty * Material: Stainless Steel 304 (food Grade) * Size (lxwxh): 540mmx380mmx870mm * Motor Speed: 2800rpm * Drum Diameter: 180mm * Roller Length: 390mm 1 Lot Cassava And Fruits Peeling Machine Specification: * Power: 0.7kw,220v, Single Phase * Capacity: 100-300kg/h (kg) * Dimension (lxwxh):135x85x110cm * Materials: Stainless Steel 304 1 Lot Washing Facility Single Phase (complete Set) * Includes: * Water Supply System * Water Storage Tank 1500l, Pe Vertical Blue * Water Pump Motor: 2h.p, 1100w 220v, Single Phase,60hz * Pneumatic Pu Polyurethane Pipe: (½” (13 Mm), ¾” (19 Mm) And 1” (25 Mm). 1 Lot Stainless Steel Washing Sink (double Hole With Fouche). * Material: Aisi Stainless Steel 304 * Dimension: 120cm*60cm*80cm * Thickness: 0.8-1.0mm High Quality Kitchen Stainless Steel Faucet * Height 19-inches * Reach: 10 Inches * Flow Rate: 1.8 Gallons Per Minute * Features: Pull-down Sprayer, Built-in Water Filter, Sprayer. * 360 Degree Celsius, Dual-function Sprayer., Finish Type: Brushed * Materials: Stainless Steel, Metal, Zinc Name Of Beneficiary Pagalad Producer S Cooperative Place Of Delivery Brgy. Poblacion, Barira, Maguindanao Del Norte 3 Lot Heavy Duty Welding Machine Specification Of Items (all Single Phase) * Rated Current: 300a * Coil Type: Pure Copper Coil Arc Welding Machine * Voltage: 220v, Single Phase * Type: A.c Arc Welders * Rated Primary Input: 25kva * Power Consumption: 13kw * Frequency: 60hz 3 Lot Cut Off Rotating Machine * Power: 2,000w * Voltage: 220v, Single Phase * Cutting Capacity * Rectangle: 158x80mm * Square: 100x100mm * L Profile: 110x110mm * Square 45degrees Mitre: 85x85mm * L-profile 45degrees Mitre: 85x85mm * Dimensions (wxlxh): 327x517x383mm * Weight: 20-25kg * Sound Power Level: 113db(a) 3 Lot Angle Grinder * Power: 1100w * Motor Speed: 11,000rpm * Disc Type (diameter): 125mm * Voltage: 220v, Single Phase * Weight 2.1kg * Length: 22mm 3 Lot Arc Welder Machine (handy, Single Phase) * Rated Max. Current: 200a * Input Voltage: Ac220, Single Phase * Rated Duty Cycle: 50% * Rated Input Capacity: 5,6kva * Electrode Diameter: 2. /-2.5mm 3 Lot Portable Acetylene Welding Torch Kit Product Description * Material: Brass Torch, Poly Carrier * Regulator Types * Oxygen Regulator Type: (cga540) * Acetylene Regulator Type: (cga200) * Nozzle Size(s): * Cutting: #0-3-101 * Welding: #0 * Hose Length: 12-feet, 6-inch * Cutting Capacity: 1/2" * Welding Capacity: 3/16" * Fuel Type: Oxygen/acetylene 3 Lot Package Includes: * 2 4l Oxygen Cylinder (empty) * 2 2l Acetylene Cylinder (empty) * 2 Oxygen Regulator * 2 Acetylene Regulator * 2 Cutting Nozzle * 2 Two-colored Tube With Coupling * 2 Safety Goggle * 2 Igniter-equipment * 2 Cylinder Holder * 2 Spanner * 4 Welding Nozzles * 1 X User Manual 3 Lot Air Compressor (belt-driven, Single Phase, 8bar 200l * No-load Speed: 980rpm * Tank Capacity: 200lmax * Max. Pressure: 8 Bar * Voltage Rating: 220v,60hz, Single Phase * Air Displacement: 250l/min. Weight: 88kg 3 Lot Diesel Engine Generator * Voltage: 220v, Single Phase * Power Output: 7.5kva * Engine Speed:360rpm * Noise Level: 100% Cooper Coil For Efficiency * Starting System: Electric Start * Maximum Output Power: 10-16hp Range * Dry Weight(kg): 80-100kls 3 Lothammer Drill (single Phase) * Power: 800 W * Voltage: 220v, Single Phase * Drilling Capacity * Concrete: 28 Mm (1-1/8″) * Steel: 13 Mm (1/2″) * Wood: 32 Mm (1-1/4″) * Blows Per Minute: 0 – 4500 Bpm * Features: * Double Insulation * Variable Speed * Reversible Rotation * Dimension: 1.91 × 34.93 × 12.7 Cm * Weight: 3.4kg Name Of Beneficiary Bravo Company National Farmers Coop. Cluster 4 Place Of Delivery Brgy. Ambolodto, Datu Odin Sinsuat, Maguindanao Norte 2 Lot Upgrading Of Banana Chips Products-processing Equipment’s Banana Slicers (single Phase) Specifications Of Items (all Single Phase) * Voltage: 220v, Single Phase * Power: 1.1kw * Capacity: 30-50 Kg/h * Cutting Size: * Slice 1.5-4mm & 2-4mm * Cutting Method: Centrifugal * Dimension (lxwxh): 650x480x850mm * Material: Stainless Steel (food Grade) 2 Lot Generator Set * Voltage: 220v, Single Phase * Power Output: 7.5kva * Engine Speed:360rpm * Noise Level: 100% Cooper Coil For Efficiency * Starting System: Electric Start * Maximum Output Power: 10-16hp Range * Dry Weight(kg): 80-100kls 2 Lot Washing Facility Single Phase (complete Set) * Includes: * Water Supply System * Water Storage Tank 1500l, Pe Vertical Blue * Water Pump Motor: 2h.p, 1100w 220v, Single Phase,60hz * Pneumatic Pu Polyurethane Pipe: (½” (13 Mm), ¾” (19 Mm) And 1” (25 Mm). 2 Lot Stainless Steel Washing Sink (double Hole With Fouche). * Material: Aisi Stainless Steel 304 * Dimension: 120cm*60cm*80cm * Thickness: 0.8-1.0mm High Quality Kitchen Stainless Steel Faucet * Height 19-inches * Reach: 10 Inches * Flow Rate: 1.8 Gallons Per Minute * Features: Pull-down Sprayer, Built-in Water Filter, 360 Degree Celsius, Dual-function Sprayer. * Finish Type: Brushed * Materials: Stainless Steel, Metal, Zinc 2 Lot Production Facility (single Phase) Electric Deep Fryer (2pcs) * Voltage: 220v 60hz, Single Phase * Power: 2500w * Temperature Range: 50-200°c * Dimension (lxwxh): 28x44x32cm * Basket Size (lxwxh): 17x20x10cm * Oil Pan Size (lxwxh): 23x28x15cm * Material: Stainless Steel * Heater: 3-u Shape Stainless Steel Working Table * Quantity: 1 Unit * Material: Heavy-duty Type 316 Stainless Steel *dimension (lxwxh): 72" X 36" X 32" * Features: *reinforce Frame Exceeding Industry Standards *hemmed Edged For Strength And Safety * Die Cast Reinforced Leg Sockets For Stability *satin-polished Machine Finish 1 Lot Chest Freezer * Quantity: 1 Unit * Capacity: 7.5 Cu Ft * Input Power: 305w * Voltage: 220v, Single Phase * Dimensions: (hxwxd) 35.75x65.25x29 Inch * Features: * Manual Temp Control * Fast Freezing Function * Wire Rack Storage * Aluminum Inner Liner For Insulation * Eco-friendly Refrigerant * Key Lock Security * Removable Gasket Gas Kalan * Material: Metal Heavy Duty * Includes: * 2pcs Filled Lpg Tank 11kg * 2 Lpg Regulator With Hose Cooking Wok *quantities: * 2pcs 5-10l Capacity * 2 Pcs15-20l: Capacity * Features: * Riveted Die-cast Stainless Steel Handles And Knobs * Tempered Glass Lid With Air Vent * Material: Stainless Steel Food Grade 1 Lot Food Container *: 15-21l Capacity (2pcs) *: 21-25l Capacity (2pcs) * Material: Stainless Steel Food Grade Foot Seller Machine (single Phase) * Voltage: 220v, Single Phase * Power: 1200w * Sealing Width: 2mm * Sealing Length: 400mm * Dimension (lxwxh): 80x40x30cm Weight: 8 Kg Name Of Beneficiary Alpha Bravo National Farmers Coop. Cluster 3 Place Of Delivery Brgy. Poblacion, Datu Piang, Maguindanao Sur 2 Lot Fish Deboning Machine (single Phase) * Voltage: 220v, Single Phase * Power: 2.2kw * Materials: Stainless Steel Food Grade * Dimension: (lxwxh): 850x650x910mm * Weight: 100-150kg * Customized 2 Lot Production And Packaging Facility * Stainless Working Table (two-layer) * Dimension: (lxwxh)1500x600x850mm * Material: Stainless Steel Food Grade 1 Lot Mixing Bowls With Lids Set Of 5, Stainless Steel Sizes: * 0.63 Qt (diameter 6.4":) * 1.5 Qt (diameter 7.09) * 2qt (diameter 7.7”) * 3 Qt (diameter 8.5") * 5 Qt (diameter 10.12") 5 Lot Features: * Heavy Gauge Stainless Steel * Rust And Dent Resistant * Non-slip Silicone Bottom For Stability * Dishwasher & Refrigerator & Freezer Safe * Material: Stainless Steel Food Grade Stainless Steel Double Handle Wok * Size (wxh): 45cmx17cm * Material: Stainless Steel (food Grade) * Design: Double-handle Round Bottom, Suitable For Gas-stoves Colander Set (3-piece, Stainless Steel) Sizes: * 40.5x28.5x9.5cm * 34x22.5x8.5cm * 27x16.5x8cm Features: * Non-slip 3-legged Base For Natural Draining * High-temp Welding For Durability Cutting/chopping Board (plastic, Heavy Duty) Specifications: 1. Sizes: * 5 Pcs Round 29cm Diameterx6cm Height. * 5pcs Rectangle Chapping Board 28cmx17cmx2cm * Features: * Food Grade Pp Material * Anti-slip And Wear-resistant Kitchen Shears * Size (wxdxh): 3.25x1x8.5 Inch * Features: * Curved And Serrated Blades * High-quality Stainless Steel * Heavy Duty Butcher Knife Set Size: * 6pcs-10-inch Knives * 6pcs-6-inch Knives * Materials: Heavy Duty Stainless Steel Heavy Duty Fish Crate Heavy Duty (hdpe, Set Of 2 Size: (lxwxh): 73.5x52x31cm * Materials: High Density Polyethylene (hdpe) Impulse Heat Sealer Heavy Duty (single Phase) * Power: 400w * Voltage:220v * Built-in Led Indicator * Sealing Size: 12inches Household Scales (60kls Capacity, Mechanical) Commercial Digital Scale (heavy Duty, Single Phase) * Voltage: 220v * Plate Size: 300x230 Mm * Backlit Lcd Display With 6 Digits, 20mm High * Operating Temperature: -10ºc +40ºc * 70-hour Internal Rechargeable Battery * Self-clearing * Automatic Disconnection * Ec Model Approval With Serial Verification * Capacity (kg): 50-100 * Power: 24w * Plate Dimensions (mm): 300x230 Cooking Equipment Oven With Thermostat * Material: Stainless Steel Food Grade * Dimension (lxwxh): 610x530x620mm * Gas Source: Lpg * Include Heavy Duty Regulator W/ Hose, 2 Filled Lpg Tank (11kg) Double Boiler Pot Capacity: * Bowl 1: 2500ml * Bowl 2 :4000ml * Materials: Stainless Steel Mixing Bowl * Materials: Stainless Steel * Capacity: 4000ml Chest Freezer (single Phase) Type: Chest Freezer Inverted * Capacity:18cuft (465 Liters) * Inverted * Defrost System: Manual * Temperature Control: Mechanical * Insulation: Cyclopentane * Power Consumption: 305w, 220v, Single Phase: * Net Weight(kg) 76 * Dimension (wxhxd)1665mmx910mmx730mm Chilli Solar Dryer Machine(fabricated) Power:3w * 200-500w 12v Solar Panel * Solar Panel: 200-500w, 12v Probe. * Wires (low Voltage Cable 2 * Castor Wheels 2"x2" * Alucobond: 3mm 5.9kg/ Alucobond Sheet * Battery: 9ah 12v 4 Pcs * Solar Charge Controller: 30a 12v/24v Solar Panel Charge Controller * Power Inverter: Dc To Ac 12v 220v 80w Inverter-2pcs * Metal Mesh: 8x8 2 Yard * Corrugated Metal Sheet: Coated Galvanized Aluminum Sheet For Roofing * Glass: 6mm Thick Glass Sheet * Plywood 2pcs * Temperature Humidity: 27 Hours Dimension: * Drying Chamber Is 63x45x71cm * Fan Size: 12x12x2.5cm With A Voltage Of 12v, Speed Of 3500rpm * Power: 3w 2 2 1 5 4 10 10 10 10 5 3 5 2 1 2 5 2 1 2 Name Of Beneficiary Amavi Place Of Delivery Brgy. Bugawas, Dos, Maguindanao 9 Mechanical Dryer For Banana Description: *type: Cabinet Type * Environmental Temperature: 10-43 Celsius * Drying Temperature: 30-75 Celsius * Maximum Power: 10kw * Power Supply:220v * Temperature Control: +1 Celsius * Electric Heating Power: 6kw * Controller: Single Chips Microcomputer * Capacity: 100-200kg Per Load * Dehydration Capacity: 9kg/hour Banana Power Machine * Capacity (kg/h): 60-150kg/h * Spindle Speed: 4500r/min * Grinding Size: 10-2000mesh * Crusher Motor: 4kw, 220v, Single Phase * Cleaner Motor: 0.75kw * Dimension (cm): 55x60x125 * Weight (kg): 250kg Stainless Steel Commercial Work Table * Size (lxwxh)): 96x30x34inch * Weight Capacity Of 680 Lb * Working Surface Height: 34inches * Table Top Materials: Stainless Steel 304 (food Grade) * Leg Construction: Galvanized Steel * Adjustable Feet: Provides Stability 1 1 1 Name Of Beneficiary United Iranun Farmers Producers Cooperative Place Of Delivery Brgy. Ibutigen, Sultan Kudarat, Maguindanao Norte 10 Animal Feed Hammer Mill • Motor: Copper Wire • Yield: 90-120kg/h • Voltage: 220v • Power: 4kw/5.5hp • Amount Of Water: 0-2kg • Specifications (lxhxw): 28x75x64cm Feed Mixer • Motor:5 Hp • Voltage: 220v,60hz • Switch On/off Sealed • Capacity: 80-100 Kg Per Batch • Mixing Time: 15-20 Mins • Weight: 150 Kg (est) • With Gear Box Shredder For Grass • Power: 2.2kw • Capacity 100-200kg/hr. • Materials: Grains, Grass, Napier • Heavy Duty Mill Grinder (wet And Dry) • Electric Operated • Horsepower: 3hp • Voltage & Frequency: 220v, 60hz Rpm: 1740 Rpm • Core Component: Motor 3 3 3 Name Of Beneficiary Bal't Baguiranon Womens Producer Coop. Place Of Delivery Brgy. Darapanan, Sultan Kudarat, Maguindanao Norte 11 Complete Set Hi-speed Self Oiling Sewing Machine Specifications: * Electric Operated * Power: 1/3hp Motor, 220v * Features: * Commercial, Oversized Table, Heavy Duty * Single Stitches * Sewing Speed: 1000-1500 Stitches Per Minute Specifications: * Weight: 55-65kg Dimension: 110x57x77cm 2-needle Lockstitch Sewing Machine Specifications: * Weight: 55-65kg * Motor Voltage: 220v * Power: 1/3hp Dimension: * 110x57x77cm Product Description * Double Needle Product Inclusions: * Sewing Machine Table * Sewing Machine Head * Oil Pan/base * Clutch Motor * Motor Switch, Pedal Chain, Thread Stand, Thread Rewinder, Pitman Rod, Drawer, Belt Cover, Knee Lifter, * Pedal For Sewing Machine * Machine Stand * Sewing Machine Belt And 1 Pack Needle) Assorted Fabric 1* Katrina Fabric White 2* Alpha Gina Fabric Read 3. Oxford Color Gray 4* Oxford Fabric White 5* Printed Abstract Polyester Sportswear Dry Fit Fabric 6* Spandy Fabric Plain (green) 7* Spandy Fabric Plain (printed) * Weight: 10-15kg Serger Machine * Machine Size (lxwxh): 14 X 11 X 11.5cm * Machine Weigh: 13.5kg * Amps (1a) * Motor: 220w * Voltage: 220v Single Bed Industrial Sewing Machine * Operating Area:635x185 Mm * Cylinder Bed Diameter:81mm * Max. Sewing Speed: 800 R.p.m. * Stitch Length: 0-11mm * Needle Bar Stroke:56mm * Thread Take-up Lever Stroke:92mm * Presser Foot Lift: * By Hand: 15mm, By Knee: 20 Mm * Needle Type: Dyx3 21#-28# * Voltage: 220v * Motor:750w Servo Motor Complete Set Heavy Duty Straight Sewing * Package Included: 1 Full Metal Straight Sewing Machine Head * 1 Custom Fit 5-drawer Wood Cabinet * 1 Metal Legs 1 Leather Belt * 1 Accessory Box (needles, Bobbins, Oil, Manual) * Equipment In Sewing (tools) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Name Of Beneficiary Maasim Bangsamoro Womens Malilintad Ass. Place Of Delivery Brgy. Daliao, Maasim, Sarangani Province 12 Complete Set Hi-speed Self Oiling Sewing Machine Specifications: * Electric Operated * Power: 1/3hp Motor, 220v * Features: * Commercial, Oversized Table, Heavy Duty * Single Stitches * Sewing Speed: 1000-1500 Stitches Per Minute Specifications: * Weight: 55-65kg Dimension: 110x57x77cm Computer Set Desktop 𝗦𝗽𝗲𝗰𝗶𝗳𝗶𝗰𝗮𝘁𝗶𝗼𝗻𝘀 * Processor: Core I5-13400 13th Generation * Motherboard: H610m-k/ H610m-e Pro * Ram: 16gb (2x8gb) Xpg Spectrix D50 / Rgb Ddr4 3200mhz * Graphics: Uhd Graphics 730 (integrated Graphics) * Storage: 500gb Mp44l Gen4 Nvme /500gb Legend 850 Lite Gen4 M.2 Nvme * Power Supply: Cx550 80+ Bronze / Mwe 550 80+ Bronze * Cooling Fans: C6 Fans * Casing Dk415m Monitor: Display 21.5-24" Fhdips/va * Resolution: 920 × 1080 (fhd) * Low Blue Mode * Flicker Free Desktop 𝗦𝗽𝗲𝗰𝗶𝗳𝗶𝗰𝗮𝘁𝗶𝗼𝗻𝘀 * Type: Ultra Slim Ultra Narrow Border Printer Printing Technology: * 6-color (c, M, Y, K, Gy, R), Drop-on Demand Micro Piezo® Inkjet Technology * Maximum Print Resolution: 5760 X 1440 Optimized Dpi * Iso Print Speed: (black9.2 Ppm: Color 9.1ppm) * Ink Type: Claria Photo Hd Ink Ink Configuration: * 6 Individual Ink Cartridges: 4x 312 Ink (1x Black, 1x Cyan, 1x Magenta, 1x Yellow); 2x 314xl Ink (1x Gray And 1x Red) Replacement Ink * 312 Standard-capacity Black, Cyan, Magenta, Yellow (iso Page Yields — Black: 240, Color: 360) 7 * 312xl High-capacity Black, Cyan, Magenta, Yellow (iso Page Yields — Black: 500, Color: 830) 7 * 314xl High-capacity Red (iso Page Yields — 830) 7 * 314xl High-capacity Gray7 * Standard Connectivity: * Hi-speed Usb * Usb Host * Wireless 802.11 B/g/n5 * Wi-fi Direct®5 * Ethernet 10/100 Operating Systems: * Windows® 10 8/8.1/windows 7 (32-bit, 64-bit) * Windows Vista® (32-bit, 64-bit) Paper Sizes: * 4" X 6", 5" X 7", * 8" X 10" * A4 (8.3" X 11.7"), * Letter (8.5" X 11") * Legal (8.5" X 14") * 11" X 14", 12" X 12" * B (11" X 17"), * A3 (11.7" X 16.5") * Super B (13" X 19") Input Paper Capacity: * 50 Sheets Plain Paper (legal) * 200 Sheets Plain Paper (letter) * 50 Sheets Photo Paper * 10 Envelopes Output Paper 8-in-1 Heat Press Machine 360 Degree Dimension: 20 X 15 X 18 Inches Power: 1000w Voltage: 220v Weight: 24-27kg Range Materials: Vinyl, Aluminum Color: Black Functions: Print T-shirts, Hat, Mug, Plate, Cap, Pillow, Bag, Etc. * Temperature Range: 0-250℃ (32-482℉) * Timer Control: 0-499s * Heating Area: 38 * 29cm * Mug Press Machine Size: 27 * 13.5 * 17cm * Heat Press Machine Height: 40cm/ 15.7in * Item Weight: 21.5kg/ 47.4lb * Package List: * Heat Press Machine W/ Control Box * Control Box 1 * Mug Press Machine 1 * Cone * Mug Press(17oz) 1 * Cone Mug Press(12oz) 1 * * 12*23.5cm Mug Press(11oz) 1 * 12*19cm Mug * Press(9oz) 1 * 14*8cm Hat/cap Press 1 * 5" Plate * Press(φ12.5cm) 1 * 6" Plate Press(φ15.5cm) 1 * Assorted Fabric 1* Katrina Fabric White 2* Alpha Gina Fabric Read 3. Oxford Color Gray 4* Oxford Fabric White 5* Printed Abstract Polyester Sportswear Dry Fit Fabric 6* Spandy Fabric Plain (green) 7* Spandy Fabric Plain (printed) 1 1 1 1 1 1 1 1 1 1 1 1 Name Of Beneficiary Madrasah Al-arabiyah Al-islamiyah Inc. Place Of Delivery Brgy. Lun Padido, Malapatan, Sarangani Province 13 Complete Set Hi-speed Self Oiling Sewing Machine Specifications: * Electric Operated * Power: 1/3hp Motor, 220v * Features: * Commercial, Oversized Table, Heavy Duty * Single Stitches * Sewing Speed: 1000-1500 Stitches Per Minute Specifications: * Weight: 55-65kg Dimension: 110x57x77cm 2-needle Lockstitch Sewing Machine Specifications: * Weight: 55-65kg * Motor Voltage: 220v * Power: 1/3hp Dimension: * 110x57x77cm Product Description * Double Needle Product Inclusions: * Sewing Machine Table * Sewing Machine Head * Oil Pan/base * Clutch Motor * Motor Switch, Pedal Chain, Thread Stand, Thread Rewinder, Pitman Rod, Drawer, Belt Cover, Knee Lifter, * Pedal For Sewing Machine * Machine Stand * Sewing Machine Belt And 1 Pack Needle) Assorted Fabric 1* Katrina Fabric White 2* Alpha Gina Fabric Read 3. Oxford Color Gray 4* Oxford Fabric White 5* Printed Abstract Polyester Sportswear Dry Fit Fabric 6* Spandy Fabric Plain (green) 7* Spandy Fabric Plain (printed) Portable Edging Sewing Machine * Motor: 220v * Power: 180w * Stitch Length: 2.5-3.8 Mm * The Overlock Stitch Width Can Be: 2.5 Mm To 4.5 Mm, Adjustable. Mech. Flat Bed * Max. Sewing Speed: 2400 R.p.m. * Max. Sewing Thickness: 4 Mm * Needle System: Gn7x1 Which Is Equivalent To B27 * Weight: 10-15kg Serger Machine * Machine Size (lxwxh): 14 X 11 X 11.5cm * Machine Weigh: 13.5kg * Amps (1a) * Motor: 220w * Voltage: 220v Single Bed Industrial Sewing Machine * Operating Area:635x185 Mm * Cylinder Bed Diameter:81mm * Max. Sewing Speed: 800 R.p.m. * Stitch Length: 0-11mm * Needle Bar Stroke:56mm * Thread Take-up Lever Stroke:92mm * Presser Foot Lift: * By Hand: 15mm, By Knee: 20 Mm * Needle Type:dyx3 21#-28# * Voltage: 220v * Motor:750w Servo Motor Complete Set Heavy Duty Straight Sewing * Package Included: 1 Full Metal Straight Sewing Machine Head * 1 Custom Fit 5-drawer Wood Cabinet * 1 Metal Legs 1 Leather Belt * 1 Accessory Box (needles, Bobbins, Oil, Manual) * Equipment In Sewing (tools) 1 1 1 1 1 1 1 Name Of Beneficiary Matagabong Women Association Place Of Delivery Brgy. Matagabong, Ampatuan, Maguindano Sur 14 Complete Set Hi-speed Self Oiling Sewing Machine Specifications: * Electric Operated * Power: 1/3hp Motor, 220v * Features: * Commercial, Oversized Table, Heavy Duty * Single Stitches * Sewing Speed: 1000-1500 Stitches Per Minute Specifications: * Weight: 55-65kg Dimension: 110x57x77cm 2-needle Lockstitch Sewing Machine Specifications: * Weight: 55-65kg * Motor Voltage: 220v * Power: 1/3hp Dimension: * 110x57x77cm Product Description * Double Needle Product Inclusions: * Sewing Machine Table * Sewing Machine Head * Oil Pan/base * Clutch Motor * Motor Switch, Pedal Chain, Thread Stand, Thread Rewinder, Pitman Rod, Drawer, Belt Cover, Knee Lifter, * Pedal For Sewing Machine * Machine Stand * Sewing Machine Belt And 1 Pack Needle) Assorted Fabric 1* Katrina Fabric White 2* Alpha Gina Fabric Read 3. Oxford Color Gray 4* Oxford Fabric White 5* Printed Abstract Polyester Sportswear Dry Fit Fabric 6* Spandy Fabric Plain (green) 7* Spandy Fabric Plain (printed) Portable Edging Sewing Machine * Motor: 220v * Power: 180w * Stitch Length: 2.5-3.8 Mm * The Overlock Stitch Width Can Be: 2.5 Mm To 4.5 Mm, Adjustable. Mech. Flat Bed * Max. Sewing Speed: 2400 R.p.m. * Max. Sewing Thickness: 4 Mm * Needle System: Gn7x1 Which Is Equivalent To B27 * Weight: 10-15kg Serger Machine * Machine Size (lxwxh): 14 X 11 X 11.5cm * Machine Weigh: 13.5kg * Amps (1a) * Motor: 220w * Voltage: 220v Single Bed Industrial Sewing Machine * Operating Area:635x185 Mm * Cylinder Bed Diameter:81mm * Max. Sewing Speed: 800 R.p.m. * Stitch Length: 0-11mm * Needle Bar Stroke:56mm * Thread Take-up Lever Stroke:92mm * Presser Foot Lift: * By Hand: 15mm, By Knee: 20 Mm * Needle Type: Dyx3 21#-28# * Voltage: 220v * Motor:750w Servo Motor Complete Set Heavy Duty Straight Sewing * Package Included: 1 Full Metal Straight Sewing Machine Head * 1 Custom Fit 5-drawer Wood Cabinet * 1 Metal Legs 1 Leather Belt * 1 Accessory Box (needles, Bobbins, Oil, Manual) * Equipment In Sewing (tools) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Name Of Beneficiary Tuyan Dressmaking Women Association Place Of Delivery Brgy. Tuayan, Malapatan, Sarangani Province 15 Complete Set Hi-speed Self Oiling Sewing Machine Specifications: * Electric Operated * Power: 1/3hp Motor, 220v * Features: * Commercial, Oversized Table, Heavy Duty * Single Stitches * Sewing Speed: 1000-1500 Stitches Per Minute Specifications: * Weight: 55-65kg Dimension: 110x57x77cm Desktop 𝗦𝗽𝗲𝗰𝗶𝗳𝗶𝗰𝗮𝘁𝗶𝗼𝗻𝘀 * Processor: Core I5-13400 13th Generation * Motherboard: H610m-k/ H610m-e Pro * Ram: 16gb (2x8gb) Xpg Spectrix D50 / Rgb Ddr4 3200mhz * Graphics: Uhd Graphics 730 (integrated Graphics) * Storage: 500gb Mp44l Gen4 Nvme /500gb Legend 850 Lite Gen4 M.2 Nvme * Power Supply: Cx550 80+ Bronze / Mwe 550 80+ Bronze * Cooling Fans: C6 Fans * Casing Dk415m Monitor: Display 21.5-24" Fhdips/va * Resolution: 920 × 1080 (fhd) * Low Blue Mode * Flicker Free * Type: Ultra Slim Ultra Narrow Border Printer Printing Technology: * 6-color (c, M, Y, K, Gy, R), Drop-on Demand Micro Piezo® Inkjet Technology * Maximum Print Resolution: 5760 X 1440 Optimized Dpi * Iso Print Speed: (black9.2 Ppm: Color 9.1ppm) * Ink Type: Claria Photo Hd Ink Ink Configuration: * 6 Individual Ink Cartridges: 4x 312 Ink (1x Black, 1x Cyan, 1x Magenta, 1x Yellow); 2x 314xl Ink (1x Gray And 1x Red) Replacement Ink * 312 Standard-capacity Black, Cyan, Magenta, Yellow (iso Page Yields — Black: 240, Color: 360) 7 * 312xl High-capacity Black, Cyan, Magenta, Yellow (iso Page Yields — Black: 500, Color: 830) 7 * 314xl High-capacity Red (iso Page Yields — 830) 7 * 314xl High-capacity Gray7 * Standard Connectivity: * Hi-speed Usb * Usb Host * Wireless 802.11 B/g/n5 * Wi-fi Direct®5 * Ethernet 10/100 Operating Systems: * Windows® 10 8/8.1/windows 7 (32-bit, 64-bit) * Windows Vista® (32-bit, 64-bit) Paper Sizes: * 4" X 6", 5" X 7", * 8" X 10" * A4 (8.3" X 11.7"), * Letter (8.5" X 11") * Legal (8.5" X 14") * 11" X 14", 12" X 12" * B (11" X 17"), * A3 (11.7" X 16.5") * Super B (13" X 19") Input Paper Capacity: * 50 Sheets Plain Paper (legal) * 200 Sheets Plain Paper (letter) * 50 Sheets Photo Paper * 10 Envelopes Output Paper 8-in-1 Heat Press Machine 360 Degree Features: Can Transfers Pictures And Words On Cotton, Fiber, Metal, Ceramic, Glass And Etc. Fcc And Ce Certified Safe, With Durable Rails To Avoid Accidental Burns. Dimension: 20 X 15 X 18 Inches Power: 1000w Voltage: 220v Weight: 24-27kg Range Materials: Vinyl, Aluminum Color: Black Functions: Print T-shirts, Hat, Mug, Plate, Cap, Pillow, Bag, Etc. * Temperature Range: 0-250℃ (32-482℉) * Timer Control: 0-499s * Heating Area: 38 * 29cm/ 15.0 * 11.4in * Mug Press Machine Size: 27 * 13.5 * 17cm * Heat Press Machine Height: 40cm * Item Weight: 21.5kg/ 47.4lb * Package List: * Heat Press Machine W/ Control Box * Control Box 1 * Mug Press Machine 1 * Cone * Mug Press(17oz) 1 * Cone Mug Press(12oz) 1 * * 12*23.5cm Mug Press(11oz) 1 * 12*19cm Mug * Press(9oz) 1 * 14*8cm Hat/cap Press 1 * 5" Plate * Press(φ12.5cm) 1 * 6" Plate Press(φ15.5cm) 1 * Assorted Fabric 1* Katrina Fabric White 2* Alpha Gina Fabric Read 3. Oxford Color Gray 4* Oxford Fabric White 5* Printed Abstract Polyester Sportswear Dry Fit Fabric 6* Spandy Fabric Plain (green) 7* Spandy Fabric Plain (printed) Serger Machine * Machine Size (lxwxh): 14 X 11 X 11.5cm * Machine Weigh: 13.5kg * Amps (1a) * Motor: 220w * Voltage: 220v Complete Set Heavy Duty Straight Sewing * Package Included: 1 Full Metal Straight Sewing Machine Head * 1 Custom Fit 5-drawer Wood Cabinet * 1 Metal Legs 1 Leather Belt * 1 Accessory Box (needles, Bobbins, Oil, Manual) * Equipment In Sewing (tools) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Name Of Beneficiary Bangsamoro Artist Printing Association Place Of Delivery Brgy. Linek, Dos, Maguindanao Norte 16 Complete Set Hi-speed Self Oiling Sewing Machine Specifications: * Electric Operated * Power: 1/3hp Motor, 220v * Features: * Commercial, Oversized Table, Heavy Duty * Single Stitches * Sewing Speed: 1000-1500 Stitches Per Minute Specifications: * Weight: 55-65kg Dimension: 110x57x77cm 2-needle Lockstitch Sewing Machine Specifications: * Weight: 55-65kg * Motor Voltage: 220v * Power: 1/3hp Dimension: * 110x57x77cm Product Description * Double Needle Product Inclusions: * Sewing Machine Table * Sewing Machine Head * Oil Pan/base * Clutch Motor * Motor Switch, Pedal Chain, Thread Stand, Thread Rewinder, Pitman Rod, Drawer, Belt Cover, Knee Lifter, * Pedal For Sewing Machine * Machine Stand * Sewing Machine Belt And 1 Pack Needle) 6 Ft Sublimation Printer Specifications: Print Head: Xp600/dx11 Maximum Print Width: 1833mm Printer Resolution: 1440dpi-2880 Printer Speed: 2pass: 16.5sqm/h 3pass: 14.5 Sqm/h 4pass: 12.5sqm/h 6pass: 11sqm/h Compatible Ink: Eco Solvent/water Based Ink/sublimation Ink Feeding: Secondary Ink Feeding System Voltage: 220v Rip Software: Maintop 5.3 Maintop/photoprint Operating System: Winxp/win7/win10 Drying System: Infrared Drying System Heating Flatform: Front & Back Heating Led Bar Lighting System: Equipped Driving Motor: Servo Motor/dc Motor Relative Humidity: 40-60% Gross Weigh (kg): 185kg Power (volts): 1200(heating Off) 2500heating On Heat Press Machine * Input Voltage: 220v * Power: 7000w * Size: 80x100cm * Weight: 220kg * Working Environment: 0-300celcius Features: * Lassic Appearance, Easy Operation And Good Performance * Temperature, Time, Piecework Lcd Display Table * Pull The Bottom To Slide Smoothly * The Heating Plate Has Precision Wire Tube Technology & The Temperature Remains Stable Serger Machine * Machine Size (lxwxh): 14 X 11 X 11.5cm * Machine Weigh: 13.5kg * Amps (1a) * Motor: 220w * Voltage: 220v Single Bed Industrial Sewing Machine * Operating Area:635x185 Mm * Cylinder Bed Diameter:81mm * Max. Sewing Speed: 800 R.p.m. * Stitch Length: 0-11mm * Needle Bar Stroke:56mm * Thread Take-up Lever Stroke:92mm * Presser Foot Lift: * By Hand: 15mm, By Knee: 20 Mm * Needle Type: Dyx3 21#-28# * Voltage: 220v * Motor:750w Servo Motor 1 1 1 1 1 1 Name Of Beneficiary Macasampen Ofw Association Place Of Delivery Brgy. Macasampen, Guindulungan, Maguindanao Sur 17 Complete Set Hi-speed Self Oiling Sewing Machine Specifications: * Electric Operated * Power: 1/3hp Motor, 220v * Features: * Commercial, Oversized Table, Heavy Duty * Single Stitches * Sewing Speed: 1000-1500 Stitches Per Minute Specifications: * Weight: 55-65kg Dimension: 110x57x77cm 2-needle Lockstitch Sewing Machine Specifications: * Weight: 55-65kg * Motor Voltage: 220v * Power: 1/3hp Dimension: * 110x57x77cm Product Description * Double Needle Product Inclusions: * Sewing Machine Table * Sewing Machine Head * Oil Pan/base * Clutch Motor * Motor Switch, Pedal Chain, Thread Stand, Thread Rewinder, Pitman Rod, Drawer, Belt Cover, Knee Lifter, * Pedal For Sewing Machine * Machine Stand * Sewing Machine Belt And 1 Pack Needle) Output Paper Assorted Fabric 1* Katrina Fabric White 2* Alpha Gina Fabric Read 3. Oxford Color Gray 4* Oxford Fabric White 5* Printed Abstract Polyester Sportswear Dry Fit Fabric 6* Spandy Fabric Plain (green) 7* Spandy Fabric Plain (printed) Portable Edging Sewing Machine * Motor: 220v * Power: 180w * Stitch Length: 2.5-3.8 Mm * The Overlock Stitch Width Can Be: 2.5 Mm To 4.5 Mm, Adjustable. Mech. Flat Bed * Max. Sewing Speed: 2400 R.p.m. * Max. Sewing Thickness: 4 Mm * Needle System: Gn7x1 Which Is Equivalent To B27 * Weight: 10-15kg Single Bed Industrial Sewing Machine * Operating Area:635x185 Mm * Cylinder Bed Diameter:81mm * Max. Sewing Speed: 800 R.p.m. * Stitch Length: 0-11mm * Needle Bar Stroke:56mm * Thread Take-up Lever Stroke:92mm * Presser Foot Lift: * By Hand: 15mm, By Knee: 20 Mm * Needle Type: Dyx3 21#-28# * Voltage: 220v * Motor:750w Servo Motor Complete Set Heavy Duty Straight Sewing * Package Included: 1 Full Metal Straight Sewing Machine Head * 1 Custom Fit 5-drawer Wood Cabinet * 1 Metal Legs 1 Leather Belt * 1 Accessory Box (needles, Bobbins, Oil, Manual) * Equipment In Sewing (tools) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Name Of Beneficiary Bushra Association Place Of Delivery Brgy. Maitong, Kabuntalan, Maguindanao Norte 18 Complete Set Hi-speed Self Oiling Sewing Machine Specifications: * Electric Operated * Power: 1/3hp Motor, 220v * Features: * Commercial, Oversized Table, Heavy Duty * Single Stitches * Sewing Speed: 1000-1500 Stitches Per Minute Specifications: * Weight: 55-65kg Dimension: 110x57x77cm 2-needle Lockstitch Sewing Machine Specifications: * Weight: 55-65kg * Motor Voltage: 220v * Power: 1/3hp Dimension: * 110x57x77cm Product Description * Double Needle Product Inclusions: * Sewing Machine Table * Sewing Machine Head * Oil Pan/base * Clutch Motor * Motor Switch, Pedal Chain, Thread Stand, Thread Rewinder, Pitman Rod, Drawer, Belt Cover, Knee Lifter, * Pedal For Sewing Machine * Machine Stand * Sewing Machine Belt And 1 Pack Needle) Output Paper Assorted Fabric 1* Katrina Fabric White 2* Alpha Gina Fabric Read 3. Oxford Color Gray 4* Oxford Fabric White 5* Printed Abstract Polyester Sportswear Dry Fit Fabric 6* Spandy Fabric Plain (green) 7* Spandy Fabric Plain (printed) Portable Edging Sewing Machine * Motor: 220v * Power: 180w * Stitch Length: 2.5-3.8 Mm * The Overlock Stitch Width Can Be: 2.5 Mm To 4.5 Mm, Adjustable. Mech. Flat Bed * Max. Sewing Speed: 2400 R.p.m. * Max. Sewing Thickness: 4 Mm * Needle System: Gn7x1 Which Is Equivalent To B27 * Weight: 10-15kg Serger Machine * Machine Size (lxwxh): 14 X 11 X 11.5cm * Machine Weigh: 13.5kg * Amps (1a) * Motor: 220w * Voltage: 220v Single Bed Industrial Sewing Machine * Operating Area:635x185 Mm * Cylinder Bed Diameter:81mm * Max. Sewing Speed: 800 R.p.m. * Stitch Length: 0-11mm * Needle Bar Stroke:56mm * Thread Take-up Lever Stroke:92mm * Presser Foot Lift: * By Hand: 15mm, By Knee: 20 Mm * Needle Type: Dyx3 21#-28# * Voltage: 220v * Motor:750w Servo Motor Complete Set Heavy Duty Straight Sewing * Package Included: 1 Full Metal Straight Sewing Machine Head * 1 Custom Fit 5-drawer Wood Cabinet * 1 Metal Legs 1 Leather Belt * 1 Accessory Box (needles, Bobbins, Oil, Manual) * Equipment In Sewing (tools) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ● Warranty: 1 Year Warranty After Delivery And Inspection. ● Inclusive Of All Fees, Taxes And Duties --------------nothing Follows------------------
Closing Date30 Jun 2025
Tender AmountPHP 22.6 Million (USD 399.3 K)
DEFENSE LOGISTICS AGENCY USA Tender
Healthcare and Medicine
United States
Details: The Defense Health Agency (dha) Medical Logistics (medlog) Directorate Medical Materiel Enterprise Standardization Office (mmeso) And The Defense Logistics Agency (dla) Troop Support Medical Prime Vendor (pv) Program Announce A Sources Sought Notification For The Creation Of A Qualified Suppliers Listing (qsl) For Mw-2406-37 Pulse Oximeter-fingertip, Aeromedical Certified. This Is Not A Request For A Price Quote.
these Mw-2406-37 Pulse Oximeter-fingertip, Aeromedical Certified Products Are For Purchase By The Military Treatment Facilities (mtfs) Of The Military Health System (mhs) And For The Operational Assemblages Of The Army, Navy, Air Force, Marine Corps, And Naval Expeditionary Medical Support Command (nemscom) And Managed Regionally By Mmesos North, South, West, Pacific And Europe, Hereafter Referred To As Mmesos. For Information Regarding Dla Troop Support Medical’s Pv Program Please Access The Dmm Online Web Site At Https://www.medical.dla.mil.
this Sources Sought Notification Is Intended To Solicit Information And Products For Evaluation In Order To Create A Qsl For Mw-2406-37 Pulse Oximeter-fingertip, Aeromedical Certified In Accordance With (iaw) Far 9.2. The Qsl For Mw-2406-37 Pulse Oximeter-fingertip, Aeromedical Certified Will Be Established Approximately 13 March 2025 And Is Anticipated To Be The Basis Of A Standardization Action. All Medical Consumable Items On This Qsl Must Be On A Distribution And Pricing Agreement (dapa) For The Dla Troop Support Medical/surgical Prime Vendor (mspv) Program. All Participating Vendors Must Complete The Registration In The Dapa Management System (dms) At Https://www.medical.dla.mil/portal/dapams/dapams.aspx And Include Either Their Dapa Number Or Their Defense Medical Materiel (dmm) Number As Part Of Their Qsl Package Worksheet Submission. Receiving A Dmm Number Allows Access To The Dms And Is The First Step To Becoming A Dapa Holder. Dapa Holders Must Be Prepared To Ship Items To The Pvs, So That The Pvs May Carry Inventory And Mtfs May Designate Items As Usage; Therefore, Standardized Items May Not Be Coded In The Dms As "drop Ship Only."
note: It Is Recommended That New Participants Contact Each Pv Prior To Adding Items To Dapa, In Order To Gain A Full Understanding Of The Pv's Requirements And Any Potential Costs Associated With Pv Handling Of Those Items.
if You Qualify As A Vendor On The Qsl, You Will Then Be Invited, Approximately 10 April 2025, To Submit Pricing Quotes And A Separate Screenshot Of Your Submitted Dapa Log Submission Or Existing Dapa Base Uncommitted Pricing For All Required Items To The Mmeso Pocs. Both Pricing Quotes And Substantiating Dms Documentation Will Be Required For Eligibility To Enter Into An Incentive Agreement (ia) For Mw-2406-37 Pulse Oximeter-fingertip, Aeromedical Certified. Only Those Vendors With An Established Dapa Will Be Eligible To Enter Into The Subsequent Ia. The Government Reserves The Right To Standardize Or Not Standardize On Mw-2406-37 Pulse Oximeter-fingertip, Aeromedical Certified. The Resulting Ia Will Not Be A Contract And Will Not Constitute A Guarantee Of A Specific Volume Of Sales Dollars.
the Mspv Program Requires That All Items Be Manufactured In A Trade Agreements Act (taa) Compliant Country (see Dfars 252.225-7020 And 252.225-7021), Unless It Is Determined That No Functionally Equivalent Item Is Available From A Compliant Source. To Be Eligible For Inclusion In The Proposed Qsl, All Vendors Are Required To Provide Country Of Origin Information In The Qsl Package Worksheet. In Addition, According To The Dapa Terms And Conditions, Vendors Must Complete The Dapa Taa Certification For Each Item Quoted. If A Quoted Item Is A Taa Non-compliant End Product, The Government Can Use This Information To Determine Whether Or Not A Non-availability Determination Exists Or If The Government Will Make A Non-availability Determination For The Item. Unless A Non-availability Determination Is Made Or A Waiver Is Obtained, Taa Non-compliant Country End Products Cannot Be Added To The Qsl And/or Dapa.
note: The Contracting Officer Will Review Submissions In Response To The Subsequent Ia For Mw-2406-37 Pulse Oximeter-fingertip, Aeromedical Certified For Country Of Origin Purposes. Only Vendors On The Qsl Who Offer Items Which Are Us Made, Designated Country, Or Qualifying Country End Products Will Be Considered For An Ia, Unless The Contracting Officer Determines That No Functional Equivalent Item Is Available From A Compliant Source In Accordance With Dfars 225.403(c)(i). Vendors Are Advised To Keep This In Mind When Submitting Their Response To This Sources Sought Notification.
a. Products & Performance Required
the Mmesos Are Seeking Product Line Items In The Category Of Mw-2406-37 Pulse Oximeter-fingertip, Aeromedical Certified. Within The Mhs Mtfs And Operational Procurement This Product Line Has An Estimated Annual Sales Volume Of $1,293,929. This Forecast Is A Good Faith Estimate Based On Historical Usage Data During A Recent 12-month Period And Does Not Constitute A Guarantee Of A Specific Volume Of Sales Dollars. Two Items Are Required For Addition To The Qsl And Account For 100% Of The Total Volume In Sales $1,293,929. The Specifications For This Project Are Shown In The “requirements To Qualify For Qsl” Section Below.
b. Instructions To Vendors To Qualify For The Qsl
vendors Interested In Qualifying For Inclusion In The Qsl Must Respond To This Qsl Sources Sought Notification By Sending The Appropriate Qsl Package Worksheet And All Supporting Documentation Via E-mail To The Lead Mmeso And Dla Pocs Below. The Qsl Requirements Are Outlined Under Requirements To Qualify For Qsl Outlined Below.
vendor Must Complete The Qsl Package Worksheet In Full And Submit It To The Mmeso Pocs And Dla Poc As Listed In The Qsl Source Sought Notification By The Above Response Date. The Vendor’s Submission Must Include All Detailed Information Requested In The “requirements To Qualify For Qsl” Section Below And Must Also Include: (1) Company Name And Address; (2) Company Poc (name And Phone Number, Fax Number, And E-mail Address); (3) Commercial And Government Entity (cage) Code; (4) Identification Of The Sources Sought Notification To Which The Vendor Is Responding, And (5) Dapa Or Dmm Number.
only One Manufacturer Part Number May Be Provided For Each Product Description Listed In Requirement 5 Per Submitted Response.
vendors May Provide Multiple Responses/submissions To The Qsl Source Sought Notification.
vendor Must Offer Commercially Available Products For All Items Offered In Response To This Sources Sought Notification.
supporting Documentation Must Be In Form Of Commercially Available Catalogs And Product Literature (e.g. Brochures, User Manuals, Product Packaging, Product Specification Sheets, Product Images, Etc.).
due To The Potential For E-mail To Be Lost In Transmission, From Network Security, Etc., Vendors Are Strongly Encouraged To Confirm With The Mmeso Pocs That Their E-mail Submission Has Arrived. Each Submitting Vendor Is Advised To Confirm Receipt Allowing Adequate Time For Resubmission Before The Due Date And Time.
any Vendor Experiencing Difficulty Opening The Worksheet May Contact The Mmeso Pocs. The Mmeso Poc Will Provide A Worksheet Copy Via E-mail.
vendors That Do Not Meet The Deadline Of Cob 5:00 Pm Local Philadelphia Time For This Qsl Sources Sought Notification Will Not Be Included In The Mmeso’s Review To Establish The Qsl And Thus Will Not Be Able To Participate In The Subsequent Standardization Action.
requirements To Qualify For Qsl
the Requirements For This Product Line Are Outlined Below. Complete Answers And All Supporting Documentation Must Be Provided With The Vendor’s Submittal By The Response Date Stated In This Qsl Sources Sought Notification. A Vendor Who Does Not Meet All Of These Requirements Or Who Does Not Submit Documentation To Support These Requirements As Requested Will Not Be Qualified For The Qsl. Vendors Must Provide Responses To This Sources Sought Notification Via The Qsl Package Worksheet.
technical Review
supplier Requirements:
1. Vendor Must Have A Dapa Or Be In The Process Of Applying For A Dapa Number For The Product Line Listed. Vendor Must Provide Their Dapa Number Or Provide Date Of Application And Dmm Number Proving Access To The Dms, As The Subsequent Standardization Action Requires Vendors To Have All Required Items On Dapa.
2. Vendor Must Have An Agreement With The Current Dod Medical/surgical Prime Vendor Cardinal Health, Or Must Work With Cardinal Health To Initiate An Agreement, As Standardized Items From This Qsl Will Be Distributed Via The Mspv Program.
3. Vendor Must Have An Agreement With The Current Dod Medical/surgical Prime Vendor Owens & Minor, Or Must Work With Owens & Minor To Initiate An Agreement, As Standardized Items From This Qsl Will Be Distributed Via The Mspv Program.
4. Vendors Must Validate That Their Account Is Active In The System For Award Management (sam) And Provide Cage Code. Vendors In The Process Of Obtaining A Cage Code Must Provide Documentation To Support That They Have Registered In Sam. Vendors Without A Cage Code And/or A Sam Account Will Not Be Considered For Participation In The Subsequent Standardization Action. See Https://www.sam.gov/sam/.
required Products:
5. Vendor Must Provide Manufacturer Part Numbers That Meet The Product Descriptions Below. Vendor Must Submit The Following Information Via Qsl Response Worksheet For Each Offered Product: Vendor Part Number, Manufacturer Part Number, Manufacturer Name, Full Item Description, Unit Of Measure (uom), Quantity (qty) In Uom, Unit Of Inner Packaging (uop), Qty Of Uom In Uop, Unit Of Sale (uos), And Qty Of Uom In Uos. Vendor Must Provide Product Catalog And Literature For Any Items Offered In Response To This Sources Sought Notification. Only One Vendor Part Number Should Be Provided For Each Item/sample. Vendor Must Send The Same Part Number(s) For Evaluation(s) As Provided In Response To This Qsl Announcement And As Noted In The Qsl Package Worksheet. The Vendor Must Provide Country Of Origin For All Required Items And Any Optional Items Offered.
required Product(s) & Annual Usage In Units
5.1 Pulse Oximeter-fingertip, Aeromedical Certified, With Soft Case / 3,362
5.2 Pulse Oximeter-fingertip, Aeromedical Certified, With Hard Case / 501
6. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products That Are Not Made With Natural Rubber Latex. Vendor Must Also Provide Submittal Documentation Establishing That The Offered Products Are Not Made With Natural Rubber Latex. The Vendor Must Meet This Requirement In One Of Three Ways: 1) Demonstrating That The Labeling Or Product Information For The Offered Products Contains The Fda Recommended Statement "not Made With Natural Rubber Latex," 2) Demonstrating That The Iso Bs En 15223-1:2021 Symbol [reference Number 5.4.5 With Annex B.2 Negation Symbol] Is On The Labeling Or Product Information For The Offered Products, Or 3) If The Labeling Or Product Information Do Not Contain The Fda Recommended Statement Or The Iso Bs En 15223-1:2021 Symbol [reference Number 5.4.5 With Annex B.2 Negation Symbol], The Vendor Must Provide A Signed Letter Stating That The Offered Products Are "not Made With Natural Rubber Latex."
7. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products That Are Cleared By The Fda And Comply With Fda General Controls And Must Submit Supporting Documentation With Initial Submittal That Includes Fda Establishment Registration, Medical Device Listing, And 510(k).
8. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products Whose Outer Casing Is Predominantly A Dark/subdued Color (non-white) And Provide Documentation To Support This With Initial Submittal.
9. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products With Minimum Battery Life Of 60 Hours And Provide Documentation To Support This With Initial Submittal.
10. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products With An Instructions For Use (ifu)/operators Manual And Provide Documentation To Support This With The Initial Submittal.
11. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products That Display The Following Measurements And Provide Documentation To Support This With Initial Submittal:
A. Pulse Rate Expressed In Beats Per Minute
B. Oxygen Saturation Of Hemoglobin (spo2) Expressed With The Appropriate Iso Bs En Iso 80601-2-61:2017, 201.7.4.3 Symbol (i.e. % Or Spo2).
12. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products That Operate Under The Following Climate Conditions And Provide Documentation To Support This With Initial Submittal:
A. Temperatures 23 ºf To 104 ºf (-5 ºc To 40 ºc)
B. Altitude Up To 40,000 Feet.
13. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products That Have 2-3 Inch Length By 1-2 Inch Width By 1-1.5 Inch Height And Provide Documentation To Support This With Initial Submittal.
14. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products With A Battery Compartment That Does Not Require Use Of A Tool To Access When Replacing Batteries And Provide Documentation To Support This With Initial Submittal.
15. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products With A Neck/wrist Cord (lanyard) In A Dark/subdued Color (non-white) Included With Each Individual Product And Provide Documentation To Support This With Initial Submittal.
16. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products That Operate Using Two (2) Aaa Batteries, Included With Each Individual Product, And Provide Documentation To Support This With Initial Submittal.
17. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products That Meet The Joint Enroute Care Equipment Test Standards (jecets) For The Aeromedical Certifications (i.e. Safe To Fly (stf) And Airworthiness) And Provide Documentation To Support This With Initial Submittal.
18. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products That Do Not Have Bluetooth Capabilities And Provide Documentation To Support This With Initial Submittal.
evaluation
evaluations For This Product Line Will Be Done By A Panel Of Experts As A Technical Review To Determine Which Vendors Meet The Requirements. Vendors Who Provide All Requested Information And Meet The Requirements Will Be Selected For Inclusion On The Qsl. Vendors Will Be Notified Of Whether They Met Or Did Not Meet The Qsl Requirements By Approximately 13 March 2025.
response Information:
responses To This Qsl Announcement Must Be Submitted Via Email To The Mmeso Clinical Analyst, Mmeso Project Manager, And Dla Contracting Officer Listed Below.
vendor Questions Regarding This Qsl Announcement Are Due No Later Than 5:00 Pm Local Philadelphia Time 2 Business Days Before Solicitation Closes. Vendor Responses To This Qsl Announcement Are Due No Later Than 5:00 Pm Local Philadelphia Time On 20 February 2025.
all Vendor Correspondence Should Be Emailed To All Of The Following:
mr. Riley Whittlesey
lead Mmeso Clinical Analyst Contractor
riley.w.whittlesey.ctr@health.mil
mr. David Sheaffer
mmeso Project Manager Contractor
david.v.sheaffer.ctr@health.mil
ms. Tara Perrien
dla Troop Support Medical Contracting Officer
tara.perrien@dla.mil
the Contracting Officer Will Address Any Issues/questions Pertaining To Incentive Agreements, Taa Questions, And Extension Requests.
Closing Date20 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Machinery and Tools
United States
Details: Purchase Description For
plasma Cutting Tables
maintenance Shop, B411 And B377
general Description: This Purchase Description Is For The Manufacture And Supply Of A Prostar Prs100-5ecw Cutting Machine Or Equal In Surface Support Building 411 With Cutting Dimensions 5 Foot Wide By 10 Feet Long. Overall Footprint Cannot Exceed 8 Feet Wide By 18 Feet Long. Plasma Cutting Must Be Capable Typical Industry Standard Of High Definition. Plasma And Oxy-fuel Must Be Cnc. System Must Include Nesting Software With Training. Delivery Shall Be 20 Weeks After The Contract Award Date. Contractor Shall Perform Any Site Preparation Needed For The New Equipment, Delivery Of New Equipment, Offloading And Positioning Of New Equipment, Installation, Make Operational, And Perform Acceptance Testing, Operator And Maintenance Training. Contractor Is Required To Have Adequate Resources For The Manufacture Of A Plasma Cutting Table, And Upon Completion, Shall Be Installed In Bldg. 411 And Made Fully Operational (turnkey) Prior To The Government’s Acceptance.
specifications: Build And Deliver One (1) Each Linde Model Prostar Prs100-5ecw Cutting Table, Same As Or Equal, To Surface Support Division, Building 411. The Required Equipment, Components, Quantities And Part Numbers Are Listed As Follows:
prostar Prs 100-5ecw Cutting Machine Or Equal
hypertherm Edge Connect Cnc Numerical Control: Must Be Windows 10 Based.
hypertherm Sensor Thc With Lifter: Master Torch Station With Station Carriage With A Torch Slide, A Break A Way Mechanism With A Collision Detection Mount.
hypertherm Xpr 170 With Vented Water Injection Gas Console
electronic Integration And Installation For The Plasma System
hi Lo Gas Panel: High Volume Victor Regulators, Able To Sustain 12,000 Cfh Of Oxygen @120psi, And Pierce Rate Valve With Precision Micrometer Scale For Ease-on Piercing.
oxy-fuel Station With Lifter: Operator’s Control To Be Plumbed And Wired For Oxy/fuel Torch Station And The Gas Apparatus Will Be Harris.
water Table (6 Feet Wide By 11 Feet Long): Static Water Level.
must Cut Material Up To 4 In Maximum
steel Surcharge
pronest 2023 Plasma Software Package
praxair Membrane Air Dryer
general Description: This Purchase Description Is For The Manufacture And Supply Of A Prostar Prs100-4ecw Cutting Machine Or Equal In Maintenance Shop 377 With Cutting Dimensions 4 Foot Wide By 8 Feet Long. Overall Footprint Cannot Exceed 7 Feet Wide By 16 Feet Long. Plasma Cutting Must Be Capable Typical Industry Standard Of High Definition. Plasma And Oxy-fuel Must Be Cnc. System Must Include Nesting Software With Training. Delivery Shall Be 20 Weeks After The Contract Award Date. Contractor Shall Perform Any Site Preparation Needed For The New Equipment, Delivery Of New Equipment, Offloading And Positioning Of New Equipment, Installation, Make Operational, And Perform Acceptance Testing, Operator And Maintenance Training. Contractor Is Required To Have Adequate Resources For The Manufacture And Supply Of A Plasma Cutting Table, And Upon Completion, Shall Be Installed In Bldg. 377 And Made Fully Operational (turnkey) Prior To The Government’s Acceptance.
specifications: Build And Deliver One (1) Each Linde Model Prostar Prs100-4ecw Cutting Table, Same As Or Equal, To Surface Support Division, Building 377. The Required Equipment, Components, Quantities And Part Numbers Are Listed As Follows:
prostar Prs 100-4ecw Cutting Machine Or Equal
hypertherm Edge Connect Cnc Numerical Control: Must Be Windows 10 Based.
hypertherm Sensor Thc With Lifter: Master Torch Station With Station Carriage With A Torch Slide, A Break A Way Mechanism With A Collision Detection Mount.
hypertherm Xpr 170 With Vented Water Injection Gas Console
electronic Integration And Installation For The Plasma System
water Table (5 Feet Wide By 9 Feet Long): Static Water Level.
steel Surcharge
plasma Quench Powder 7# Box (2 Ea)
pronest 2023 Plasma Software Package
praxair Membrane Air Dryer
installation Schedule/movement: The Contractor Shall Provide All Labor, Equipment And Materials Needed For Rigging, Off-loading, Uncrating And Setting Machines In Locations At Rrad Production Buildings. The Contractor Shall Provide A Complete Installation Of The Systems. The Installation Shall Include All Material Handling Equipment, Labor And Materials To Install The Systems And Make Them Fully Operational And Functional.
work Hours: Both Tables Shall Be Delivered, Installed And Operational Within 20 Weeks From Contract Award. Rrad Works A Four-day, Ten-hour Workweek, Mon-thurs, 0630-1700. Working Friday Is Not Guaranteed But Will Be Taken Into Consideration. Contractor May Request To Work Friday With 48 Hours Prior Notice To Rrad Poc.
Rrad Will Be Closed On All Federal Holidays Which Are:
new Year’s Day
birthday Of Martin Luther King, Jr. & Inauguration Day
washington’s Birthday
memorial Day
juneteenth National Independence Day
independence Day
labor Day
columbus Day
veteran’s Day
thanksgiving Day
christmas Day
utility Connection. It Shall Be The Government’s Responsibility To Position Building Utility Connections Within 20 Ft. Of System Connection Locations. Connection To Utilities Shall Be The Responsibility Of The Contractor.
final Acceptance Testing. A Final Acceptance Test Shall Be Performed. The Test Shall Demonstrate The System’s Ability To Cut Various Types Of Metal Through Every Process Without Failures. The Test Shall Consist Of The Operation Of 10 Cuts Designed By Rrad Personnel With No Failures. Government Will Furnish The Material For The Final Acceptance Testing.
training. The Contractor Shall Provide One Or More Qualified Representatives Who Are Conversant In English And Are Thoroughly Familiar With All Aspects Of Equipment, Installation, Calibration, Maintenance, And Operation, For The Purpose Of Training Rrad Personnel. Training Shall Consist Of A Minimum Of 16 Hours For Operators. The Contractor Shall Provide Training For Local Building Operators Within The Vicinity Of The Cutting Table. Training Shall Consist Of Verbal Instruction And Hands-on Operations By A Representative With Thorough Knowledge Of The System. All Printed Training Aids Shall Be Supplied At No Additional Cost To The Government And Shall Be In The English Language.
shipping: Freight Shall Be Included. There Shall Be No Additional Cost To The Government After Award Of The Contract.
warranty: One Year Minimum Warranty Required Parts And Labor After Date Of Installation Or The Manufacturer’s Standard Warranty If Greater
deliverables:
upon Submittal Of Quote/proposal: Contractor Shall Provide Description Cutting Table With Standard Inclusions And Options Based Upon The General Purchase Description To Review With Cutting Table End User Before Acceptance.
contractor Shall Provide All Technical Drawings For Both Plasma Cutting Tables At B411 & B377 With Proposal For Review By The Government. In Accordance With (iaw) Contract Data Requirements List (cdrl A0001)
technical Manuals And Parts List: Contractor Shall Provide Three (3) Hard Copies And One Electronic Copy On Cd/dvd Of Operations Sequence, System Program, Bill Of Materials (bom), Wiring Diagrams/schematics, Maintenance Manuals For Contractor Installed Equipment Including Calibration Information And Procedures Where Applicable. All Operator And Maintenance Manuals For Both Plasma Cutting Tables At B411 & B377. In Accordance With (iaw) Contract Data Requirements List (cdrl A0002)
post Award: Contractor Shall Provide Technical Drawings, Electrical Schematics, Operator And Maintenance Manuals With Parts Listing.
environmental:
competency Training For Contractor Personnel: Contractor Shall Not Allow Personnel To Perform Any Activities And/or Tasks On Amc Installations Without Proper And Adequate Qualifications Or Job Competency Training. In The Event Of Any Identified Noncompliance, The Contractor Shall, If Requested, Provide Proof Of Contract Personnel Training Or Qualification (individual Name, Training/qualification Type, Training/qualification Certificate, And Date Of Training/qualification) To Perform Those Contract Activities Associated With The Identified Noncompliance.
generation Of Solid Waste: Contractor Shall Remove From The Installation And Dispose Of All Solid Waste Generated, Which Cannot Be Recycled To An Approved And Permitted Off-post Disposal Facility At The Contractor’s Expense. Contractor Shall Make Every Effort To Divert Construction, Demolition Debris, And All Other Solid Waste To Comply With The Army Integrated Solid Waste Management Policy. Prior To Removing Any Waste From The Installation For Disposal, The Contractor Shall Coordinate With The Installation Qualified Recycling Program (qrp) Manager, Dgr, And Cor To Arrange For Recyclable Materials To Be Removed And Diverted From The Waste Stream. Submit In Writing The Quantities Of Waste Removed And Recycled To The Dgr And/or Cor On A Monthly Basis. The Submittal Shall Include The Date Of Disposal/recycling, The Disposal/recycling Facility, The Types Of Material Disposed/recycled And The Quantities Of Materials Disposed/recycled By Weight. The Contractor Shall Provide The Cor Copies Of All Non-hazardous Construction And Debris Manifests Monthly To Be Provided To Rrad Environmental. The Contractor Shall Establish A Program To Promote Cost-effective Waste Reduction In All Operations And Facilities Covered By The Contract. This Includes Collection, Separation, And Processing Products Or Other Materials Recovered From Solid Waste Streams For Use In The Form Of Raw Materials. The Contractor Shall Make Maximum Effort To Reduce And Prevent Waste.
generation Of Hazardous Waste: Contractor Shall Assign All Hazardous Waste Management Responsibilities To The Appointed Ecd. Contractor Shall Properly Profile All Waste Generated As Part Of This Contract To Determine If Any Waste Is Hazardous Waste As Defined By 40 Cfr. Contractor Shall Accumulate Hazardous Waste Prior To Disposal Shipment In A Satellite Accumulation Point At Or Near The Point Of Generation Or In A Less-than-90-day Site, In Accordance With Federal, State, Army, And Installation Regulation, Policy, Host Tenant Agreement, Interagency Service Support Agreement Or Status-of-forces Agreement. The Contractor Shall Properly Package The Hazardous Waste And Complete The Hazardous Waste Manifest, And Remove Any Hazardous Waste From The Installation At The Contractor’s Expense. The Contractor Shall Notify The Dgr 24 Hours Prior To Removing Any Hazardous Waste From The Installation. The Contractor Shall Remove And Dispose Of Manifested Hazardous Waste Generated By Contract Activities From The Installation, To An Approved Off-post Permitted Hazardous Waste Disposal Facility At The Contractor's Expense. Lead-based Paint Abatement Will Follow All Federal, State, And Army Regulations And Be At The Expense Of The Contractor.
use Of Hazardous Materials: Contractor Shall Assign All Hazardous Materials Management Responsibilities To The Appointed Ecd. Contractor Shall Contact The Dgr Or Cor To Obtain Technical Assistance From Environmental Office For Assisting The Ecd With Achieving And Maintaining Compliance With Hazardous Material Storage, Issue, Use, And Disposal Requirements. Contractor Shall Submit To The Cor And/or Dgr A Hazardous Material Inventory. The Hazardous Material Inventory Will Be Submitted 30 Days Prior To Commencement Of Work For Contracts That Exceed 180 Consecutive Days. The Inventory List Will Contain The Hazardous Material Type And Maximum Quantities Of Materials Anticipated To Be Stored On-site. The Hazardous Material Shall Be Properly Identified And Include Any Applicable Identification Number, Such As National Stock Number Or Special Item Number. The Contractor Shall Maintain Copies Of Safety Data Sheets For All Hazardous Materials Used And Stored On-site During Performance Of The Contract. Contractor Shall Not Supply Or Deliver Any Hazardous Materials Or Chemicals To An Installation That Are Listed On Epa Toxic Chemical List Without Prior Written Approval From Dgr And/or Cor. The Contractor Shall Not Use Materials Which Contain Asbestos, Mercury, Polychlorinated Biphenyls, Di-isocyanates, Lead-based Paint, Or Hexavalent Chromium.
prevention Of Spills: Contractor Shall Adopt The Installation's Spill Prevention Control And Countermeasures Plan (spcc) If Transporting, Processing, Storing, Or In Any Way Managing Hazardous Waste, Hazardous Material, Petroleum-oils-lubricants, Or Other Restricted Items. In Case Of A Spill, The Person In Control Of The Spill Site Or Their Designated Representative Shall Take Appropriate Action To Protect Workers And Bystanders; Contain The Spill (if It Can Be Done Safely); Secure The Spill Site; Restrict Ignition Sources; And Immediately Clean Up Spill At The Expense Of The Contractor. The Materials That Are Used To Clean Up Spills Are To Be Removed From Rrad By The Contractor At Their Expense. Rrad Environmental And Des Will Need To Be Notified Asap With Type Of Material Spilled, Date, Time, And Location Noting If The Material Spilled Has Entered A Waterway. All Spills Must Be Managed In Accordance With All Federal, State, Regional, And Army Regulations.
prevention Of Air Pollution: Equipment Operation, Activities, Or Processes Will Be In Accordance With All Federal, State, And Army Air Emission And Performance Laws And Standards. Establish An Air Pollution Control Plan Detailing Provisions To Assure That Dust, Debris, Materials, Trash, Etc., Do Not Become Air Borne And Travel Off Site. Dust Particles, Aerosols, And Gaseous By-products From Any Contractor Activities Must Be Controlled At All Times. Maintain Excavations, Stockpiles, Haul Roads, Permanent And Temporary Access Roads, Plant Sites, Spoil Areas, Borrow Areas, And Other Work Areas Within Or Outside The Project Boundaries Free From Particulates Which Would Cause The Federal, State, And Local Air Pollution Standards To Be Exceeded Or Which Would Cause A Hazard Or A Nuisance. Odors Must Be Controlled At All Times. The Odors Must Be In Compliance With State And Army Regulations And May Not Constitute A Health Hazard. Burning Is Prohibited On The Government Property. Do Not Use Asbestos And Asbestos Containing Products. Asbestos Must Be Handled In Accordance With Federal, State, And Army Guidelines. Asbestos Abatement Will Be Performed By Certified Technicians That Submit All Required Notices, Sampling, Handling, And Disposal At The Expense Of The Contractor. A Copy Of All Documents And Certifications Will Be Provided To The Cor Or Dgr. Minimize Use Of Ozone Depleting Substances. If Ozone Depleting Substances Must Be Used, All Technicians Must Be Certified As A Section 608 Technician. A Copy Of The Certifications Will Be Provided To The Cor Or Dgr. Any Proposed Equipment Must Be Authorized By Rrad Environmental And Subject To Permitting Actions At The Expense Of The Contractor. Any Activity Subject To An Air Permit (purchasing/installing Equipment, Purchasing Chemicals, Etc.) Must Be Coordinated With The Air Program Manager Prior To Installation Of Equipment Or Use Of Chemicals.
installation Responsibilities
government Contractor
() (xx) A. Furnish Labor And Material Handling Equipment For Removal Of Existing Including Staging Of Removed Equipment Within 300 Feet Of Existing Location.
() (xx) B. Furnish Labor And Material Handling Equipment For
Off-loading And Placing Item On Foundation.
() (xx) C. Set And Level The Machine Components On Its
Foundation.
() (xx) D. Provide And Install Anchor Bolts And Nuts.
() (xx) E. Connect Machine To The Provided Utilities Hook-up.
() (xx) F. Provide All Necessary Materials, Tools, Gages And
Instrumentation Necessary To Perform The Required Tests.
Material And Tooling Required Of The Performance Testing At
Government Facility.
() (xx) G. Provide And Charge All Systems With Fluids In Accordance With
Manufacturer's Instructions.
(xx) () H. Provide Unobstructed Utilities Hook-up Within 20 Feet Of
System.
Closing Date24 Apr 2025
Tender AmountRefer Documents
Province Of Negros Oriental Tender
Healthcare and Medicine
Philippines
Details: Description 1 Acetylcystiene, 600mg, Tablet Effervescent 200 Tablet 31.00 2 Aluminum Hydroxide+magnesium Hydroxide, 200mg+100mg, Tablet 400 Tablet 7.00 3 Aluminum Hydroxide+magnesium Hydroxide, 225mg+200mg/5ml 60ml, Suspension 50 Bottle 40.00 4 Amikacin, 125mg/ml/2ml, Ampule 30 Ampule 80.00 5 Amlodipine, 5mg, Tablet 200 Tablet 5.00 6 Amlodipine, 10mg, Tablet 200 Tablet 8.00 7 Amoxicillin, 500mg, Capsule 500 Capsule 7.00 8 Amoxicillin, 100mg/ml 15ml, Drops 100 Bottle 25.00 9 Axoxicillin, 250mg/60ml, Suspension 100 Bottle 100.00 10 Ampicillin Na, 250mg, Vial 100 Vial 40.00 11 Ampicillin Na, 500mg, Vial 200 Vial 30.00 12 Ascorbic Acid+zinc, 500mg, Tablet 500 Tablet 15.00 13 Ascorbic Acid, 500mg, Tablet 200 Tablet 7.00 14 Atorvastatin, 20mg, Tablet 100 Tablet 15.00 15 Azithromycin, 500mg, Tablet 100 Tablet 50.00 16 Co-amoxiclav, 625mg, Tablet 500 Tablet 20.00 17 Co-amoxiclav, 200+28.5/70ml, Suspension 50 Bottle 215.00 18 Budosenide, 250mcg/ml 2ml, Nebule 200 Nebule 70.00 19 Calcium Carbonate + Cholecalcefirol, 600mg, Tablet 100 Tablet 7.00 20 Captopril, 25mg, Tablet 200 Tablet 5.00 21 Cefalexine, 500mg, Capsule 1,000 Capsule 12.00 22 Cefalexine, 250gm/5ml, 60ml, Suspension 100 Bottle 65.00 23 Cefalexine, 100mg, Drops 100 Bottle 27.00 24 Ceftriaxone, 1g, Vial 220 Vial 180.00 25 Cefuroxime, 500mg, Tablet 800 Tablet 20.00 26 Cefuroxime, 50ml, Suspension 50 Bottle 210.00 27 Cefuroxime, 750mg, Vial 500 Vial 100.00 28 Celecoxib, 200mg, Tablet 300 Tablet 15.00 29 Cetirizine, 10mg, Tablet 500 Tablet 17.00 30 Cetirizine, 2.5mg/ml, Drops 50 Bottle 60.00 31 Cetirizine, 5mg/5ml, 60ml, Syrup 50 Bottle 75.00 32 Cinnarizine, 25mg, Tablet 500 Tablet 3.00 33 Ciprofloxacin, 200mg/100ml, 400mg/40ml Vial 50 Vial 300.00 34 Ciprofloxacin, 500mg/ Tablet 600 Tablet 25.00 35 Clarithromycin, 500mg, Capsule 100 Capsule 22.00 36 Clarithromycin, 125mg/5ml, 30ml, Suspension 50 Bottle 205.00 37 Clindamycin, 150mg, Capsule 100 Capsule 10.00 38 Clindamycin, 300mg, Capsule 100 Capsule 40.00 39 Citicholine, 500mg, Tablet 100 Tablet 90.00 40 Clonidine, 75mg, Tablet 200 Tablet 18.00 41 Cloxacillin, 500mg, Capsule 500 Capsule 7.00 42 Clopidogrel, 75mg, Tablet 100 Tablet 5.00 43 Cloxacillin, 250mg/5ml, 60ml, Suspention 50 Bottle 50.00 44 Colchicine. 500mg, Tablet 100 Tablet 5.00 45 Cotrimoxazole, 400mg, Tablet 100 Tablet 2.00 46 Cotrimoxazole, 800mg, Tablet 100 Tablet 5.00 47 Cotrimoxazole, 400mg+80mg/5ml, Suspension 20 Bottle 37.00 48 Dicycloverine, 10mg, Tablet 100 Tablet 2.00 49 Dicycloverine, 10mg/5ml, 60ml, Syrup 20 Tablet 16.00 50 Diloxanide Furoate, 500mg, Tablet 30 Bottle 25.00 51 Diphenhydramine, 50mg, Capsule 100 Capsule 5.00 52 Domperidone, 10mg, Tablet 100 Tablet 19.00 53 Domperidone, 10ml, Suspension 20 Bottle 200.00 54 Erythromycin, 500mg, Tablet 100 Tablet 7.00 55 Fenofibrate, 160mg, Tablet 100 Tablet 31.00 56 Erythromycin, 3.5g 5%, Ointment Tube 10 Tube 160.00 57 Ferrous Sulfate+folic Acid, 60mg+400mcg, Tablet 100 Tablet 7.00 58 Furosemide, 40mg, Tablet 200 Tablet 2.50 59 Gentamycin Eye/ear, 3mg/ml, Drops 15 Bottle 135.00 60 Gentamycin Sulfate, 40mg/ml 2ml, Ampule 100 Ampule 17.00 61 Glyceryl Trinitrate, 5mg, Patch 25 Patch 62.00 62 Hydralazine, 20mg/ml 1ml, Ampule 50 Ampule 190.00 63 Hyoscine-n-butylbromide, 10mg, Tablet 300 Tablet 6.50 64 Ibuprofen, 400mg, Tablet 300 Tablet 3.00 65 Ibuprofen, 100mg/5ml 60ml, Suspension 30 Bottle 60.00 66 Isosorbide-5-mononitrate, 60mg, Tablet 30 Tablet 15.00 67 Ketorolac, 30mg/ml, Ampule 50 Ampule 55.00 68 Lagundi, 300mg/5ml 60ml, Syrup 30 Bottle 60.00 69 Lagundi, 600mg, Tablet 200 Tablet 6.00 70 Losartan, 50mg, Tablet 600 Tablet 10.00 71 Losartan, 100mg, Tablet 500 Tablet 12.00 72 Mefenamic Acid, 500mg, Capusle 1,000 Capsule 7.00 73 Mefenamic Acid, 60ml, Suspension 50 Bottle 50.00 74 Metformin, 500mg, Tablet 100 Tablet 5.00 75 Methylgometrine Maleate, 200mcg/ml, Ampule 10 Ampule 73.00 76 Metoclopramide, 5mg/ml 2ml, Ampule 300 Ampule 17.00 77 Metoclopramide, 10mg, Tablet 300 Tablet 6.00 78 Metoclopramide, 5mg/5ml 60ml, Suspension 50 Bottle 28.00 79 Metoprolol (as Tartrate), 100mg, Tablet 100 Tablet 7.00 80 Metoprolol (as Tartrate), 50mg, Tablet 100 Tablet 6.00 81 Metronidazole 5mg/ml (500mg/100ml), Bottle, I.v. 200 Bottle 65.00 82 Metronidazole, 125mg/5ml 60ml, Suspension 40 Bottle 75.00 83 Metronidazole, 500mg/ Tablet 600 Tablet 5.00 84 Montelukast, 10mg, Tablet 200 Tablet 20.00 85 Montelukast, 5mg, Tablet Chewable 200 Tablet 25.00 86 Multivitamins+iron, Capsule 800 Tablet 10.00 87 Multivitamins, 15ml, Drops 20 Bottle 65.00 88 Multivitamins, 125mg/5ml 60ml, Syrup 20 Bottle 110.00 89 Mupirocin Ointment, 2% 15g, Tube 20 Tube 140.00 90 Nifedipine 10mg, Capsule 100 Capsule 7.00 91 Omeprazole, 20mg, Capsule 500 Capsule 15.00 92 Omeprazole, 40mg, Capsule 500 Capsule 34.00 93 Omeprazole, 40mg, Vial 400 Vial 200.00 94 Oral Rehydration Solutions, 5.1 125g, Sachet 500 Sachet 10.00 95 Oxytocin, 10 Lu/ml 1ml, Ampule 100 Ampule 60.00 96 Paracetamol, 100mg/ml 10-15ml, Drop 100 Bottle 45.00 97 Paracetamol, 250mg/5ml 60ml, Syrup 100 Bottle 70.00 98 Paracetamol, 300mg, Ampule 50 Ampule 75.00 99 Paracetamol, 500mg, Tablet 800 Tablet 5.00 100 Phytometadione, 10mg/ml 1ml, Ampule 50 Ampule 55.00 101 Prednisone, 5mg, Tablet 100 Tablet 3.00 102 Prednisone, 10mg, Tablet 100 Tablet 6.00 103 Prednisone, 20mg, Tablet 100 Tablet 9.00 104 Prednisone, 60ml, Bottle 10 Bottle 160.00 105 Ranitidine, 25mg/ml 2ml, Ampule 150 Ampule 36.00 106 Ranitidine, 150mg, Tablet 200 Tablet 2.00 107 Salbutamol+ipratropium, 1.50mg+500mcg/25ml, Nebule 500 Nebule 40.00 108 Salbutamol, 2mg/ml 2.5ml, Nebule 200 Nebule 22.00 109 Salbutamol, 125/5ml 60ml, Syrup 20 Bottle 55.00 110 Salbutamol, 2mg, Tablet 200 Tablet 3.00 111 Silver Sulfadiazine Cream, 1% 500ml, Jar 4 Jar 1,300.00 112 Simvastatin, 40mg, Tablet 100 Tablet 10.00 113 Simvastatin, 20mg, Tablet 100 Tablet 8.00 114 Amiodarone, 200mg, Tablet 20 Tablet 40.00 115 Tobramycine Eye Drop, 3% 5ml, Bottle 10 Bottle 225.00 116 Tranexamic Acid, 500mg, Capsule 300 Capsule 19.00 117 Multi Vitamins+b Complex, 100mg, Capsule 300 Capsule 12.00 118 Vit B Complex, 100mg/100mg/1mg 3ml, Ampule 1 Ampule 900.00 119 Vit B Complex, 100mg/5mg/5mcg, Capusle 598 Capsule 7.00 120 Zinc Sulfate, 15ml, Drops 50 Bottle 80.00 121 Zinc Sulfate, 60ml, Syrup 50 Bottle 55.00 122 Medical Oxygen, Standard, Refill 200 Cu/m 65.00 123 Potassium Chloride, 2meq/ml 20ml, Vial 10 Vial 55.00 124 Succinylcholine, 20mg/ml 10ml, Vial 2 Vial 306.00 125 Terbutaline, 500mcg/ml 1ml, Ampule 10 Ampule 120.00 126 Tranexamic Acid, 100mg/ml 5ml, Ampule 50 Ampule 200.00 127 Biperidine Hydrochloride, 2mg, Tablet 10 Tablet 22.00 128 Tramadol, 50mg/ml 2ml, Ampule 35 Ampule 65.00 129 Tramadol, 50mg, Capsule 100 Capsule 10.00 130 Tetatus Toxoid, 0.5ml, Ampule 100 Ampule 120.00 131 Thiamine, Ampule 3 Ampule 201.00 132 Sodium Bicarbonate, 1meq/ml 50ml, Ampule 5 Ampule 125.00 133 Meperidine, 100mg, Vial 2 Vial 301.00 134 Isosorbide Dinitrate, 5mg, Tablet 50 Tablet 15.00 135 Isosorbide Dinitrate, Ampule 3 Ampule 850.00 136 Phenobarbital, 120mg/ml, Ampule 2 Ampule 650.00 137 Phenytoin, 50mg/ml 2ml, Ampule 2 Ampule 700.00 138 Magnesium Sulfate, 250mg/ml 20ml, Vial 20 Ampule 65.00 139 Hyoscine-n-butylbromide, 20mg, Ampule 480 Ampule 65.00 140 Citicholine, 1g, Ampule 20 Ampule 120.00 141 Aminophylline,25mg/ml 10ml, Ampule 10 Ampule 35.00 142 Dopamine, 40g/ml 5ml, Ampule 5 Ampule 105.00 143 Mannitol, 20% 500ml, Bottle 10 Bottle 360.00 144 Lidocaine 2%, 50ml, Vial 60 Vial 60.00 145 Hydrocortisone, 125mg, Vial 100 Vial 375.00 146 Hydrocortisone, 250mg, Vial 100 Vial 115.00 147 Furosemide, 10mg/ml 2ml, Ampule 50 Ampule 25.00 148 Epinephrine, 1mg/ml, Ampule 50 Ampule 50.00 149 Dexamethasone 5mg/ml, 1ml, Ampule 10 Ampule 120.00 150 Diphenhydramine, 50mg 1ml, Ampule 20 Ampule 85.00 151 Calcium Gluconate, 10% 10ml, Ampule 5 Ampule 68.00 152 Digoxin, 250mcg 2ml, Ampule 10 Ampule 220.00 153 Dobutamine, 50mg/ml 5ml, Vial 10 Vial 420.00 154 Chlorphenamine, Ampule 10 Ampule 20.00 155 Benzodiazipne, 10mg/ml, Ampule 10 Ampule 150.00 156 Atropine Sulfate, 1mg/ml, Ampule 10 Ampule 120.00 157 Aspirin, 80mg, Tablet 100 Tablet 5.00 158 Ats 1500 Ul, Ampule 50 Ampule 170.00 159 Ats 5000 Ul, Ampule 50 Ampule 200.00 160 Amiodarone, 50mg/ml, Ampule 10 Ampule 330.00 161 Pyridixine, 1mg, Ampule 5 Ampule 400.00 162 Activated Charcoal, 50mg, Sachet 2 Sachet 480.00 163 Haloperidol Decanoate, 50mg, Ampule 2 Ampule 1,100.00 164 Methylprednisolone, 4mg, Tablet 10 Tablet 20.00 165 Morphine, 10mg/ml, Ampule 5 Ampule 80.00 166 D50 Water, 50ml, Ampule 10 Vial 50.00 167 Norepinephrine, 1mg/ml 2ml, Ampule 3 Ampule 350.00 168 Verapamil, 40mg, Tablet 10 Tablet 35.00 Sub-total: Project Name: For Hospital Use Place Of Delivery: Nabilog Community Primary Hospital Total Abc 827,013.00
Closing Date17 Jun 2025
Tender AmountPHP 827 K (USD 14.8 K)
5351-5360 of 5423 archived Tenders