Oxygen Tenders
Department Of Health Regional Office Ii Tender
Healthcare and Medicine
Philippines
Closing Date17 Jun 2025
Tender AmountPHP 2.8 Million (USD 50.7 K)
Details: Description Invitation To Bid Procurement Of Goods Ib No. 2025-06-17 (14) The Doh - Cagayan Valley Center For Health Development, Through The Gop-general Appropriations Act 2025 Intends To Apply The Sum Of One Hundred Twelve Million Eight Hundred Forty-four Thousand Four Hundred Sixty-eight Pesos And 66/100 Centavos (₱ 112,844,468.66) Being The Approved Budget For The Contract (abc) To Payment Under The Contracts. Bids Received In Excess Of The Abc Per Lot Will Be Automatically Rejected At Bid Opening. Award Of The Procurement Project For Category 1 Will Be Subject To Receipt Of Sub Allotment Advice From Doh Central Office Based On Gaa 2025 Hfep Funds. Line Item Particulars Unit Qty Abc (₱) Bid Fee (₱) Category I: Medical Equipment 1 Biosafety Cabinet (on-site) Unit 2 ₱400,000.00 500.00 2 Biosafety Cabinet Nsf Certified Class Ii A2 (on-site) Unit 2 ₱1,080,000.00 5,000.00 3 Blood Bank Refrigerator, Double Door (on-site) Unit 1 ₱920,000.00 1,000.00 4 Chemistry Analyzer (fully Automated) (on-site) Unit 10 ₱4,500,000.00 5,000.00 5 Dental Unit Chair With Complete Accessories (on-site) Unit 1 ₱500,000.00 500.00 6 Digital Fluoroscopy X-ray System (brand New) (on-site) Unit 1 ₱16,000,000.00 25,000.00 7 Digital Mobile C-arm With Flat Panel Detector (on-site) Unit 1 ₱6,000,000.00 10,000.00 8 Electric Operating Table (on-site) Unit 1 ₱1,500,000.00 5,000.00 9 Hematology Analyzer, 3 Part Fully Automated With Computer And Printer (on-site) Unit 1 ₱500,000.00 500.00 10 Hematology Analyzer, 5 Part Fully Automated With Computer And Printer (on-site) Unit 9 ₱5,400,000.00 10,000.00 11 Infant/baby Warmer With Phototherapy (on-site) Unit 4 ₱2,000,000.00 5,000.00 12 Mobile Digital X-ray Machine (on-site) Unit 1 ₱5,000,000.00 5,000.00 13 Operating Room Light (on-site) Unit 4 ₱1,200,000.00 5,000.00 14 Operating Room Table (on-site) Unit 2 ₱3,000,000.00 5,000.00 15 Operating Room Washing Sink (on-site) Unit 2 ₱560,000.00 1,000.00 16 Refrigerated Blood Bank Centrifuge, Floor Standing (on-site) Unit 1 ₱1,600,000.00 5,000.00 17 Refrigerated Centrifuge (on-site) Unit 1 ₱1,400,000.00 5,000.00 18 Retinal Photocoagulation Laser (on-site) Unit 1 ₱7,850,000.00 10,000.00 19 Stationary Digital Radiography (x-ray) Machine (at Least 500ma And With Patient Table) (on-site) Unit 1 ₱9,000,000.00 10,000.00 20 Ultrasound Machine (on-site) Unit 2 ₱6,000,000.00 10,000.00 21 Vaccine Refrigerator (on-site) Unit 2 ₱450,000.00 500.00 22 Vaccine Refrigerator, Chest Type (on-site) Unit 1 ₱715,000.00 1,000.00 23 Abg Machine Unit 2 ₱923,468.00 1,000.00 24 Ambulance Collapsible Stretcher Unit 1 ₱100,000.00 500.00 25 Analytical Balance Unit 1 ₱90,000.00 500.00 26 Anesthesia Machine With Patient Monitor And Ventilator Unit 1 ₱1,400,000.00 5,000.00 27 Autoclave, 50l Unit 9 ₱1,620,000.00 5,000.00 28 Automated External Defibrillator Unit 7 ₱1,050,000.00 5,000.00 29 Binocular Microscope Unit 5 ₱500,000.00 500.00 30 Biomedical Refrigerator Unit 2 ₱150,000.00 500.00 31 Biomedical Refrigerator, Upright Unit 1 ₱115,000.00 500.00 32 Blood Collection Mixer Unit 10 ₱950,000.00 1,000.00 33 Blood Plasma Extractor Unit 4 ₱400,000.00 1,000.00 34 Bubble Cpap Machine For Neonate Unit 3 ₱1,500,000.00 5,000.00 35 Cardiac Monitor With Pulse Oximeter Unit 4 ₱400,000.00 500.00 36 Cardiotocograph (ctg) Machine Unit 7 ₱1,050,000.00 5,000.00 37 Cautery Machine Unit 1 ₱480,000.00 500.00 38 Centrifuge, High Speed Unit 1 ₱450,000.00 500.00 39 Cpr Mannequin Family Pack With Aed Unit 2 ₱374,000.00 500.00 40 Defibrillator With Cardiac Monitor Unit 2 ₱700,000.00 1,000.00 41 Delivery Bed With Mattress (4-5 Inches) And Detachable Stirrups Unit 5 ₱750,000.00 1,000.00 42 Delivery Room Light Unit 3 ₱390,000.00 500.00 43 Dental Accessory Unit 1 ₱110,000.00 500.00 44 Digital Weighing Scale, Adult Unit 14 ₱1,400,000.00 5,000.00 45 Digital Weighing Scale, Pedia Unit 12 ₱960,000.00 1,000.00 46 Digital, High-speed Benchtop Clinical Centrifuge With Rotor Unit 1 ₱550,000.00 1,000.00 47 Electrocardiograph Machine - 12 Channels Unit 6 ₱1,080,000.00 5,000.00 48 Electrolyte Analyzer (fully Automated) Unit 3 ₱1,350,000.00 5,000.00 49 Examination Table With 3 Sections Unit 1 ₱70,000.00 500.00 50 Examining Table With Detachable Stirrup And Examining (led) Light Unit 7 ₱1,225,000.00 5,000.00 51 Fetal Monitor With Probe Unit 11 ₱1,210,000.00 5,000.00 52 Hba1c Analyzer Unit 4 ₱1,640,000.00 5,000.00 53 Hemoglobinometer Unit 4 ₱352,000.00 500.00 54 Hepa Filter Machine Unit 5 ₱600,000.00 1,000.00 55 Infusion Pump Unit 2 ₱220,000.00 500.00 56 Laboratory Extraction Chair Unit 1 ₱85,000.00 500.00 57 Mechanical Ventilator Unit 1 ₱1,000,000.00 1,000.00 58 Microhematocrit Centrifuge, Maximum Capacity Of 24 Unit 1 ₱150,000.00 500.00 59 Milk Bank Freezer Unit 1 ₱500,000.00 500.00 60 Mini Oxygen Concentrator Unit 2 ₱240,000.00 500.00 61 Phlebotomy Cart Unit 3 ₱249,000.00 500.00 62 Platelet Agitator With Incubator Unit 1 ₱500,000.00 500.00 63 Portable Microbiological Test For Water Unit 9 ₱1,800,000.00 5,000.00 64 Pulse Oximeter Desktype With Adult And Pedia Probe Unit 2 ₱300,000.00 500.00 65 Reagent Refrigerator Unit 4 ₱320,000.00 500.00 66 Serofuge/serological Centrifuge Unit 2 ₱200,000.00 500.00 67 Slit Lamp With Motorized Table Unit 1 ₱1,700,000.00 5,000.00 68 Test Tube Incubator With Accessories Unit 3 ₱300,000.00 500.00 69 Ultrasonic Scaler Unit 1 ₱384,000.00 500.00 70 Urine Analyzer Unit 5 ₱500,000.00 500.00 71 Urine Sediment Analyzer Unit 1 ₱1,000,000.00 1,000.00 72 Uv Cabinet With Uv Light Unit 2 ₱200,000.00 500.00 73 Vein Illumination Device Unit 1 ₱510,000.00 1,000.00 74 Water Analyzer Unit 3 ₱180,000.00 500.00 75 Wireless Indirect Ophthalmoscope With 20 Diopter Lens Unit 2 ₱160,000.00 500.00 Category Ii: General Merchandise 1 Purok Kalusugan Kits Kit 558 ₱2,832,000.66 5,000.00 1. The Doh - Cagayan Valley Center For Health Development Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Within The Timeframe As Stated In The Schedule Of Requirements. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Doh- Cagayan Valley Center For Health Development Website - Ro2.doh.gov.ph And Inspect The Bidding Documents. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 27, 2025 To June 17, (before 9:00 Am) 2025 From The Given Address Upon Payment Of The Applicable Bid Fee. Prospective Bidders May Pay Their Bid Fee Through Electronic Means. 6. The Doh Cagayan Valley Center For Health Development Will Hold A Pre-bid Conference On June 4, 2025 At 9:00 O’clock A.m. Through Video Conferencing Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Doh Cvchd Bac Secretariat Through Online Or Electronic At Email Address- Bacregion2@gmail.com On Or Before 9:00 A.m. On June 17, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On June 17, 2025, At 9:00 A.m. Via Video Conferencing. Bids Will Be Opened In The Presence Of The Bidders’ Representatives. 10. Bidders Shall Use A Two-factor Security Procedure Consisting Of An Archive Format Compression And Password Protection. 11. The Doh Cagayan Valley Center For Health Development Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Doh Cagayan Valley Center For Health Development Carig, Tuguegarao City 3500 Phone Numbers: (02) 304-6523; 09178971826; 09988877455; 09953433240 Email Address: Dohro2@cvchd.doh.gov.ph / Bacregion2@gmail.com Website Address: Ro2.doh.gov.ph 13. For Downloading Of Bidding Documents, Please Visit Website - Ro2.doh.gov.ph May 27, 2025 Domingo K. Lavadia, Mba, Jd Bac Chairperson
City Of Bayawan Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date22 Apr 2025
Tender AmountPHP 296.3 K (USD 5.2 K)
Details: Description Request For Quotation Rfq No. Svp 25-b-0143 Date April 03,2025 Pr Reference 100-25-03-034 Philgeps Reference No. End - User Slaghterhouse Closing Date April 21,2025 Deadline/opening Date April 22,2025 Designated Places Of Submission (bid Box Designated Locations) 1. Bac Office, Cabcabon, Bayawan City 2. Public Market Office, Bayawan City 3. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With The Rfq 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp,shopping,highly Technical Consultants) B. Certificate Of Philgeps Registration (platinum Membership)(np-two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq).basis Of Evaluation For This Rfq: By _____lot By _____item A Copy Of Your Current Business Permit And Philgeps Certificate Or Registration Is Also Required To Be Submitted Along Withyour Quotation/proposal. Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210-1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairman Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3. Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4. Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5. Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6. Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7. Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 8. The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 9. The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 10. Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 11. Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 25-b-0143 Total Abc: Php 296,341.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description (qty) Unit Of Issue Approved Budget For The Contract (totalabc Per Line Item) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Purpose: Supply And Delivery Of Other Supplies And Materials For Sluaghter Operation Use. I Lot I Carpentry Tools And Supplies 1 Locker Cabinet, Metal, 24 Compartments With Dual Lock (camlock And Padlock Ready), 185x90x40 Cm, With Ventilation, Gray 1 Unit 23,000.00 [ ] [ ] 2 Tie Wire, #18 20 Kilo 80.00 [ ] [ ] 3 Cutting Disc, 100mm Dia, For Metal 5 Piece 105.00 [ ] [ ] 4 Cutting Disc, Concrete, 4 Inches (heavy Duty) 2 Piece 380.00 [ ] [ ] Ii Lot I Electrical Supplies And Materials [ ] [ ] 5 Electric Extension Reel, Cord Length: 25-50m , Cord Size: #16, 4 Sockets, Power Switch, Thermal Cut-out Protection, Winding Knob, 220v 1 Roll 3800.00 [ ] [ ] Iii Lot I Farm/garden Tools And Accessories 6 Loop Handle Brushcutter, Recoil Starter, 34-35.8 Cu.cm. (cc), Unleaded/gasoline, 0.5-1.5l, Outdoor Operation Mode, Single Cylinder, 4-stroke,12.kw(1.6hp), 7000rpm, At Least 1.6-1.9 N.m, 5,500rpm, 1cylinder, Single Exhaust Pipe, Rotary Type(oil Mist), Ohc, At Least 39.0x30.0mm, Solid Drive Shaft, Semi-dry Type, 1885x325x250, 0.1 Liter Oil Capacity, 6-8 Kgs., Oil Mist Lubrication System, Blade Safety Frame Guard, Anti Vibration, 2 Blade Guards, 4 Blade Tooth, With Googles And Harness, Loop Handle Type, 6 Months To 1 Year Warranty, Lgu Bayawan City As Registered Owner O. R. 1 Unit 18,000.00 [ ] [ ] 7 Garden Hose, With Ply, .5" Dia., 90mtr. 1 Roll 3,150.00 [ ] [ ] 8 Empty Sack, New, 50kg Capacity, White 625 Piece 20.00 [ ] [ ] Iv Lot I Oxygen/lpg Supplies And Materials 9 Lpg Tank With Content, 50kg 10 Tank 11,500.00 [ ] [ ] 10 Lpg Hose, Lpg Hose 10 Meter 120.00 [ ] [ ] 11 Lpg Regulator, Lpg Regulator,with Gauge 4 Piece 1,900.00 [ ] [ ] V Lot I Other Supplies And Materials 12 Banyera, 70 Liters Capacity, Color Blue, Rubberized Heavy Duty Banyera Made Of Plastic Material Hdpe Colour, Oval Fish Crate 10 Unit 700.00 [ ] [ ] 13 "empty Drum, Polyethylene Material 200 Liter Capacity Height: 93mm Length: 580mm Heavy Duty" 3 Piece 2,500.00 [ ] [ ] 14 Wheel Barrow, Deep Type, 13" X 3" Solid Tire, Heavy Duty 2 Piece 4,000.00 [ ] [ ] 15 Knife Sharpener, (bairan) Good Quality 11 Piece 200.00 [ ] [ ] 16 Padlock, 20mm, Heavy Duty 10 Piece 200.00 [ ] [ ] 17 Padlock, 40mm, Heavy Duty 10 Piece 300.00 [ ] [ ] 18 Honing Steel, 12" 6 Piece 460.00 [ ] [ ] 19 Padlock, 60mm, Heavy Duty 4 Piece 500.00 [ ] [ ] 20 Wheel Barrow, Shallow 3 Unit 2,835.00 [ ] [ ] 21 Weighing Scale, Hanging Hook,200 Kg Capacity,steel, Heavy Duty 1 Piece 1,500.00 [ ] [ ] 22 Animal Marking Stick, Screw Type 27 Piece 2,700.00 [ ] [ ] Vi Lot I Plumbing Supplies 23 Hose Clip/clamp, Stainless Steel, 20mm - 32mm, Heavy Duty 10 Piece 98.00 [ ] [ ] 24 Hose Clip, 5/8", Hose Clip, 5/8" 20 Piece 18.00 [ ] [ ] 25 Ball Valve, 15mm Dia Brass/bronze 5 Piece 250.00 [ ] [ ] 26 Ball Valve, 1/2 X 1/2 With Lock Wing 5 Piece 220.00 [ ] [ ] 27 Gi Coupling, 15mm Dia Sched. 40 10 Piece 26.00 [ ] [ ] 28 Nipple, G.i., 15mm Dia X .35m, Sched. 40 8 Piece 77.00 [ ] [ ] 29 Pressure Washer Hose, Sewer Drain Water Cleaning Hose, With Multi-functional Jet Nozzles, 30m 2 Set 3,500.00 [ ] [ ] 30 Pressure Hose, Good Quality, (30m/roll) 1 Roll 1,350.00 [ ] [ ] 31 Garden Hose, 1 Inch Diameterx100 Meter Long/roll With Ply 1 Roll 3,800.00 [ ] [ ] 32 Stainless Steel Pipe, 40mm X 6.0m 2 Length 4,900.00 [ ] [ ] 33 Stainless Steel Pipe, 50mm Dia X 6.0m 2 Length 7,000.00 [ ] [ ] Vii Lot I Steelwork Supplies And Devices 34 Electric Drill, 1800w, 220 Vac, With Complete Accessories 1 Piece 5,600.00 [ ] [ ] 35 "portable Welding Machine , ► Power Voltage (v): 220 V ►rated Input Capacitance: 7.4 ►input Voltage Frequency (hz): 60 Hz ►iso 9001 Certified With Ac Plug, Electrode Holder And Welding Cable, Earth Clamp And Cable, Welding Mask With Handle, Steel Brush, Complete Package." 1 Unit 9,000.00 [ ] [ ] 36 Welding Rod/electrode, 3.2 X 350mm Stainless 308-r E30316 3 Kilo 475.00 [ ] [ ] 37 Welding Rod, E 3016 5 Kilo 100.00 [ ] [ ] 38 "angle Grinder, Rated Power Input: At Least 900 Wattage No Load Speed: At Least 11000rpm Power Output: 450w Grinding Spindle Thread: M10 Disc Diameter: 100mm (4"") Tool Dimensions (approx): Length - 250mm, Width-73mm, Height-100mm Weight 1.9 Kg Switch 2-way Surface Grinding (roughing) Vibration Emission Value Ah 7.5 M/s² Uncertainty K 1.5 M/s² Sanding With Sanding Sheet Vibration Emission Value Ah 7.5 M/s² Uncertainty K 1.5 M/s² 1 Year Parts & Service" 1 Unit 5,000.00 [ ] [ ] ***nothing Follows*** (supplier Must Provide Complete Data For The Information Required Below) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Municipality Of Gregorio Del Pilar, Ilocos Sur Tender
Healthcare and Medicine
Philippines
Closing Date19 Mar 2025
Tender AmountPHP 3 Million (USD 54 K)
Details: Description Item No. Unit Item Description Quantity Unit Cost 1 Box Acethylcistein 600/mg / 20 Sachet (fluimucil) 20 1,050.00 2 Gallon Aidex 12 2,800 3 Gallon Alcohol 20 500 4 Pc Alcohol 1liter 60 300 5 Box Aluminum Magnesium 200mg/100mg 100's Tablet 30 200.00 6 Box Ambroxol 30mg/ 100 Tablet 30 140 7 Box Amlodipine 10mg / 100 Tablets 50 130 8 Box Amlodipine 5mg / 100 Tablet 200 110 9 Box Amoxicillin 500mg/100 Capsule 30 320 10 Box Aspirin Tablet 80mg/ 100 Tablets 100 150 11 Box Atorvastatine 20mg /100 Tablets 60 220 12 Vial Atropine Sulfate 1mg/aml (atrex) 10'vial 1 490 13 Pc Avocather Gauge 22 500 50 14 Pc Avocather Gauge 26 100 50 15 Btl Azithromycin 200mg/ml 500 180 16 Box Azithromycin 500mg/ 30' Tablets 100 650 17 Box B-complex Ampule 100mg/100mg/1mg/ 10pcs 30 280 18 Box B-complex Tablet/ 100 50 200 19 Pc Beam Balance Weighing Scale 1 12,000.00 20 Gallon Betadine Maxi Aid 8 2,500.00 21 Box Betahistine 16mg/ 100 Tablets 100 460.00 22 Tube Betametasone Ointment 1mg/g (0.1) Cream 50 100 23 Pc Bp Apparatus 10 3,500 24 Box Calcium Carbonate 500 Mg/ 100tablet 50 400 25 Box Candesartan 16.5mg/100mg 20 780 26 Box Carboceistine 500mg/ 100 Tablets 80 250 27 Box Carvedilol 6.25mg/30 Tablet 200 180 28 Box Cefalexin 500mg/ 100 Tablets 30 460 29 Box Cefixime 200mg/ 30 Tablet 50 465 30 Vial Ceftriaxone Vial 1g Powderfor Injection 50 50 31 Box Cefuroxime 125mg/ml 50 175 32 Box Cefuroxime 500mg/ 10 Tablets 100 230 33 Vial Cefuroxime 750mg Powder For Injection 50 60 34 Box Celecoxib 200mg/100 Tablets 50 285 35 Box Cetirizine 10mg /100 Tablets 70 190 36 Btl Cetirizine 5mg/5ml Syrup 300 70 37 Btl Cetitizine 2.5mg/ml Drops 50 50.00 38 Box Cinnarizine 25mg/100 Tablets 100 170 39 Box Ciprofloxacin 500mg/100 Tablets 50 300 40 Amp Ciprofloxacin Amp 200mg/100ml 30 60 41 Box Citicoline 500mg/30 Tablet 10 550 42 Btl Clarithromycin 250mg/ 5ml 100 460 43 Box Clarithromycin 500mg/ 30 Tablets 50 570 44 Box Clean Glove 6.5 50 1100 45 Box Clean Glove 7 50 1100 46 Box Clean Gloves 7.5 30 1100 47 Box Clindamycin 300mg/100 Tablet 50 690 48 Box Clonidine 75mcg/100 Tablets 25 750 49 Box Clopigdogril 75mg/100 Tablet 100 200 50 Box Cloxacillin 500mg / 100 Tablets 30 450 51 Box Co-amoxicla 625mg/ 14 Tablet 500 280 52 Btl Co-amoxiclav 125mg/31.25mg/5ml 60ml 500 156 53 Btl Co-amoxiclav 250mg/62.5mg/5ml 60 Ml 500 166 54 Roll Cotton 400g Roll 20 300 55 Pc D50/50 10 250 56 Box Dental Anesthesia 20mg/10mg Per Ml 50's 25 1500 57 Set Diagnostic Set Opthalmoscope/otoscope Welch Allen 2 50,000 58 Vial Diazepam 5mg/ml,2ml Amp 2 280 59 Box Digoxin 0.25 Mg/100 Tablet 30 655 60 Box Donepezil 10mg, 100'tablet 1 12,700 61 Amp Dopamine 40mg/ml 10'amp 1 780 62 Box Doxofylline 400mg/ 30 Tablets 40 285 63 Tube Edta Tube 2ml 2 1100 64 Tube Edta Tube 5ml 3 1200 65 Box Empaglilfozin 25mg/30 Tablet Tablet 5 2,610 66 Box Entresto 50 Mg 28 Pcs 1 6,615 67 Box Epineprine 1mg/ml / 10 Ampules 1 250 68 Box Epirisone 50mg/ 30 Tablet 5 1200 69 Box Erciflora Probiotics 20 650 70 Box Facemask 100 230 71 Box Felodipin 5 Mg 100 Tablets 10 580 72 Box Folic +ferrous Sulfate + Bcomplex Tab/100 Tablet 100 350 73 Box Furosemide 20mg/ 100 Tablet 50 300 74 Box Furosemide Ampule 10mg/ml 10 Amp 5 180 75 Pc Gentamycin Sulfate 5ml Eye And Ear Drops 50 130 76 Box Gliclazide 80mg/ 100 Tablets 50 190 77 Btl Glycerine Adult 1mg/ml 12 Pcs 2 397 78 Btl Glycerine Pediatric Suppository 12 Pcs 2 397 79 Box Hbsag Casette 20's 2 3,000 80 Box Hydralazine 20mg/ml/ 10 Ampules 1 390 81 Box Hydrocortisone 250mg/ 10 Vials 1 1,800 82 Box Hyoscine 10mg/ 100 Tablet 100 520 83 Box Hyoscine 20mg Ampule 10's 20 350 84 Pc Infant Digital Weighing Scale 1 6,000 85 Box Insulin Syringe 1cc G29 100's 5 1,000 86 Pc Intubating Style Guide Wire 4 600 87 Box Irbesartan 150mg/ 100 Tablet 10 620 88 Box Isosorbide Mononitrate 30 Mg / 100 Tablets 10 1,100 89 Pc Iv Catheter Macro Infusion/macroset 500 90 90 Box Keto Analogue 630mg/ 100 Tablet 50 1250 91 Tube Ketoconazole Cream 20 90 92 Pc Laryngoscope Welch Allyn Fiber System 1 136,000.00 93 Btl Lidocaine 2% Solution20mg/ml 5 110 94 Box Loratidine 10mg Tab /100 Tablets 30 280 95 Box Losratan 50 Mg /100 Tablets 200 120 96 Pc Lysol Spray 20 860 97 Box Memry 10mg 1 5200 98 Box Metformin 500mg Tablet/ 100 40 145.00 99 Box Methyllergometrine 200mcg/ml/ 10 Ampules 1 470 100 Box Metochlompramide 10mg/2ml Injectable/ 10 Vials 30 120 101 Btl Metochlopramide 5mg/5ml Syrup 100 55 102 Btl Metronidazole 125mg/5ml 50 50 103 Box Micropore 3m Transpore 3 1,600 104 Box Mulivitamin + Iron 500 Mg/ 100 Tablets 200 300 105 Box Multivitamins Syrup 200 85 106 Box Multivitamis + Mineral 100 Tablets 100 450 107 Pcs Mupirocin Ointment 20mg/g 100 90 108 Pc N95 30 115 109 Vial Naloxone 400mcg 5's Vial 1 8500 110 Pc Nebulization Kit 50 90 111 Box Nevebolol 5mg / 30 Tablet 4 450 112 Box Nsi Dengue Kit 3 5100 113 Pc Oil Immersion 500ml 1 9,000 114 Box Omeprazole 40mg 100'capsule 50 750 115 Pc Omeprazole 40mgpowder For Injection Iv 30 80 116 Btl One Touch Select Plus Simple Glucose Strip 5 2000 117 Box Ors ( Hydrite Granules For Solution) 100's 3 2600 118 Pc Oxyegn Adult 30 100 119 Pc Oxygen Regulator 5 2,100 120 Box Paracetamol 100mg/ml Drops 50 30 121 Pcs Paracetamol 125mg/5ml Syrup 50 45 122 Box Paracetamol 150mg/2ml For Injection/ 10 Vials 20 150 123 Amp Paracetamol 250/5ml Syrup 100 60 124 Pcs Paracetamol 500 Mg/ 100 Tablets 100 130 125 Btl Phenylpropanolamine 12.5 Mg/5ml 100 60 126 Btl Phenylpropanolamine 6.25 Mg/ml 100 50 127 Btl Plrs 1 Liter 100 110 128 Btl Prednisone 10mg/5ml 20 80 129 Box Pregnancy Test / 50 Pcs 1 650 130 Box Probiotic Omx / 100 Capsule 50 4,500 131 Box Propranolol 10mg 100's Tablet 30 280 132 Pcs Ranitidine 150mg Tablet 30 165 133 Pc Ranitidine Amp 25mg/ml Amp 32 35 134 Box Renakult 500mg/ 60 Tablet 10 2340 135 Box Rosuvastatine 20mg/100 Tablet 30 640 136 Box Salbutamol + Ipratropium 2,5mg/500 Mcg Per 2.5 Ml 50 590 137 Btl Salbutamol 2mg/5ml 200 70 138 Box Salbutamole Neb 1mg/ml / 30 Pcs 80 470 139 Btl Salinase 0.65 % Nasal Spray 30 Ml 20 198 140 Box Salmeterol + Fluticasone Inhaler 10 560 141 Pcs Salter Weighing Scale 2 2,100.00 142 Box Sodium Ascorbate 500mg/ 100 Capsule 100 450 143 Box Sterile Gauze 4x4 Pad 60 750 144 Box Stimuno 25mg/5ml Syrup 10 470 145 Box Syringe 10ml 5 700 146 Box Syringe 3ml 10 610 147 Box Syringe 5ml 10 650 148 Pc Test Tube Brush 5 200 149 Box Thypidot 2 7,000 150 Pc Topcare 4n1 Multi Meter Machine 3 6,000 151 Btl Topcare Cholesterol Strip 10 2,700 152 Btl Topcare Glucose Strip 10 2,000 153 Btl Topcare Hemoglobin Strip 10 2,800 154 Btl Topcare Uric Acid Strip 10 2,000 155 Box Tramadol 50mg/ (100mg/2ml)ml Iv/ 10 Vials 2 186 156 Box Tranexamic Acid 500mg/ 100 Capsule 5 690 157 Amp Tranexamic Acid Amp100mg/ml (500mg/5ml) 20 50 158 Pc Trauma Bag 3 3,000 159 Box Trimetazidine 35mg/ 100 Tablets 100 320 160 Pc Ultrasound Thermal Paper 10 2300 161 Box Vitamin E 400mg 20 450 162 Set Water Bottle Testing 100'bottles 1 15,000.00
Batangas Medical Center Tender
Healthcare and Medicine
Philippines
Closing Date5 Jun 2025
Tender AmountPHP 11 Million (USD 198.1 K)
Details: Description Invitation To Bid Ib 2025-022 1. He Batangas Medical Center, Using A Single-year Framework Agreement, Through The General Appropriations Act Intends To Apply The Sum Of The Following Projects Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Bid. Bids Received In Excess Of The Abc For Each Bid Shall Be Automatically Rejected At The Bid Opening. Projects/contract Duration Project Code Abc Pre-bid Conference Opening Of Bids Supply And Delivery Of Various Medical And Surgical Supplies - Framework Agreeement Ib2025-022 11,018,676.00 May 20, 2025 1:00 P.m. June 3, 2025 9:00 A.m. Particulars: Category No. Of Line Items Total Abc Category 1 – Medical Devices 13 796,875.00 Category 2 – Catheters & Drains 5 312,500.00 Category 3 – Sutures 4 1,261,876.00 Category 4 – Or Supplies 12 2,120,500.00 Category 5– Oxygen Delivery System 11 3,001,250.00 Category 6– Solutions 6 2,124,675.00 Category 7 - Tubes 5 321,000.00 Category 8 - Dressing & Sponges 1 1,080,000.00 2. Bid Document Fee The Cost Of Bidding Document Shall Correspond To The Abc Range Of The Category To Be Participated As Indicated In The Table Below. If More Than One (1) Category, The Sum Of The Abc Per Category Shall Be The Basis For The Amount Of The Bid Document Fee. Approved Budget For The Contract Bid Document Fee 1 500,000 And Below 500.00 2 More Than 500,000 Up To 1 Million 1,000.00 3 More Than 1 Million Up To 5 Million 5,000.00 4 More Than 5 Million Up To 10 Million 10,000.00 5 More Than 10 Million Up To 50 Million 25,000.00 6 More Than 50 Million Up To 500 Million 50,000.00 7 More Than 500 Million 75,000.00 Example: Category 1 Abc: Php 10,000,000.00 Category 2 Abc: Php 5,500,000.00 Category 1 Abc + Category 2 Abc = Total Abc 15,500,000.00 (hence, The Bid Document Fee Shall Be Based On Bracket No. 5 Amounting To Php 25,000.00) 3. The Batangas Medical Center Now Invites Bids For The Above Procurement Project/s. Delivery Of The Goods Is Required After Issuance Of A Call-off. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii (instruction To Bidders). 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 5. Prospective Bidders May Obtain Further Information From Batangas Medical Center And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Mondays To Fridays. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Through Electronic Process Onmay 13, 2025 To June 3, 2025free Of Charge From The Website Of The Procuring Entity: Https://batmc.doh.gov.ph/public-bidding/procurement/invitation-to-bids/2025-invitation-to-bid-and-details Only Bidders Who Paid The Applicable Fee For The Bid Document And Who Submitted Proof Of Payment Shall Be Allowed To Participate In The E-bidding And Submit The Bid Pursuant To The Latest Guidelines Issued By The Gppb And Upon Specific Instruction Of The Procuring Entity, In The Amount Stated At The Table Above. Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Batangas Medical Center Will Hold A Pre-bid Conference On May 20, 2025, 1:00pm. Through Video Conferencing Via Google Meet, Which Shall Be Open To Prospective Bidders. Google Meet Joining Info Video Call Link:https://meet.google.com/mtu-ctik-kuy 8. Bids Must Be Duly Received By The Bac Secretariat At The Electronic Portal To Be Given Before The Scheduled Bid Opening Stated Above. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Securing Declaration Or Any Form Of Bid Security In Any Of The Acceptable Forms And In The Amount Stipulated In Itb Clause 14. 10. Bid Opening Shall Be On June 3, 2025, 9:00 A.m. Via Google Meet Portal. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Will Be Given The Link To The Portal Once Proof Of Payment Have Been Submitted. 11. The Batangas Medical Center Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Hbac Secretariat Batangas Medical Center Kumintangibaba, Batangas City Tel. Nos. (043) 740-8303 To 8307 Local 1129 Or 1158 Bac@batmc.ph / Bac@batmc.doh.gov.ph 13. You May Visit The Following Website: For Downloading Of Bidding Documents: Https://batmc.doh.gov.ph/public-bidding/procurement/invitation-to-bids/2025-invitation-to-bid-and-details Date Of Issue: May 9, 2025 (sgd.) Jose Apollo J. Arago, Md, Dpba, Fpsa, Mha Hbac Chairperson Reminders For Online Bidders Prebid Conference 1. The Batangas Medical Center Will Hold A Pre-bid Conference On May 20, 2025, 1:00 P.m. Through Video Conferencing Via Google Meet, Which Shall Be Open To Prospective Bidders. Google Meet Joining Info Video Call Link: Https://meet.google.com/mtu-ctik-kuy 2. Interested Parties May Pre-register Before The Said Date Through This Link Https://forms.gle/eejplo2hveyfvyns7and Meeting Invitation Shall Be Sent To Your Registered Email Address Otherwise Wait For The Meeting Invitation To Be Posted In Batmc’s Official Website And Social Media Pages Or Contact Our Bac Secretariat For Details. 3. Please Click The Link To The Attendance Registry At The Google Meet Waiting Room On The Day Of The Actual Conference To Document Your Presence In The Said Event. Certificate Of Attendance Shall Be On A Per Request Basis However, We Cannot Provide Such Certificate If You Did Not Log In The Registry. 4. Please Be Advised That The Pre-bid Conference Shall Be Audio And Video Recorded, And Stored As Part Of The Documentation Process Of The Batangas Medical Center. Hence, Your Attendance To The Event Shall Indicate Your Explicit Consent On The Recording Of Your Image And Voice, Collection And Processing Of Your Personal Data As Disclosed And Captured During The Event. Rest Assured That Processing Of Data Is Done Solely For Legal Purposes And In Compliance With The Government Procurement Reform Act. Submission Of Bid Documents The Batangas Medical Center Will Only Accept Bid Documents Submitted Electronically To The Designated Google Form Link Before The Opening Date Of The Bids. Bidders Are Required To Show Official Receipt (o.r.) Submitted To Bac@batmc.phbefore It Will Be Given The Link For Submission Of Bid Documents. Payment Can Be Made By Paying Directly To The Cashier Of The Procuring Entity Or Through Bank Transfer At: Bank Name: Land Bank Of The Philippines, Account Name: Batangas Medical Center, Account Number: 0302 1161 99. Proof Of Payment (cash Deposit Slip Or Check Deposit Slip) Must Be Emailed To The Bac@batmc.ph Cc: Cash@batmc.doh.gov.phto Be Given The Link For Submission Of Bids. A) Complete Name Of The Company B) Ib Code And Title Of The Project C) Location Of The Bank Where The Deposit Was Made 1. Bidders Must Submit 3 Files A. Copy Of Official Receipt B. Eligibility/technical File C. Financial File 2. Documents Must Be Continuous Scan Or Multiple Pages In One Pdf File. Include Table Of Contents In The Front Page To Facilitate For Quick Search Of The Document. 3. Files B And C Should Be Individually Compressed And Password Protected Using Third Party Applications Such As Win.zip, Win.rar, Etc… (password Shall Not Be Disclosed Until The Day Of Bid Opening) 4. Use The Following Format For Filename For Easy Identification Of Your Files. A. Projectcode_companyname_or B. Projectcode_companyname_eligibilitydocs C. Projectcode_companyname_financialdocs 5. The Bidders Are Given Only Three Attempts To Disclose Their Password Per Compressed Folder And Pdf File To Open The Documents. Should The Bidder Fail To Provide The Correct Password After The Third Attempt, Their Bid Shall No Longer Be Considered. The Secretariat Shall Take And Print A Screenshot Of Such Inquiries And Responses To Form Part Of The Records And All Incidents Should Be Recorded In The Minutes. 6. Link To The Submission Of Documents Shall Be Given, Emailed Or Sent Only To Bidders Upon Submission Of Proof Of Payment. 7. Documents Must Be Submitted Anytime Before The Opening Of Bids And Upon Showing Of Proof Of Payment (note: Needs Time For Secretariat To Download And Organize Files Before Bid Opening) 8. Late Submission Shall Be Invalidated Based On The Automatic Date/time Of Submission As Recorded In The Online Facility. 9. Corrupted Or Files That Are Inoperable During The Opening Are Likewise Invalidated. Please Check Your Files Accordingly After Submission. 10. In Case A Bidder Modifies Its Bid, It Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Only Be Allowed To Send Another Bid Equally Secured And Properly Identified. Filename Should Be Labelled As "modification" Of The One Previously Submitted E.g.: A. Projectcode_companyname_or(modification) B. Projectcode_companyname_eligibilitydocs(modification) C. Projectcode_companyname_financialdocs(modification) The Time Indicated In The Latest Bid Receipt Page Generated Shall Be The Official Time Of Submission. Bids Submitted After The Deadline Shall Not Be Accepted. Bid Opening 1. Bid Opening Shall Be On June 3, 2025, 9:00 A.m. Via Google Meet Portal. 2. Link To The Event Shall Only Be Given To Qualified Bidders Who Has Shown Proof Of Payment Of Applicable Fees For Bid Documents. 3. Meeting Invitation Shall Be Sent To Your Registered Email Address Or Contact Batmc Bac Secretariat For Details. 4. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Will Be Given The Link To The Portal Once Proof Of Payment Have Been Submitted. The Company Representative Shall Disclose The Respective Password For Each Of Their File To Be Opened During The Event. 5. If A Bidder Is Unable To Join And Attend In The Online Platform During The Bid Opening And His Bid Is About To Be Opened, The Secretariat Will Call The Bidder Through His Registered Phone Number And Ask Them To Join The Bid Opening Through The Provided Link. Bidders Are Given A Maximum Of Five (5) Minutes To Join The Online Platform. If The Bidder Was Not Able To Join The Online Platform Within Five (5) Minutes From The Call, The Bac Shall Move On To The Next Bid, If Any. If There Are No Other Bids To Be Considered, The Secretariat Shall Again Ask The Bidder To Join The Online Bidding Via Call And The Bac Shall Give The Bidder Another Five (5) Minutes To Join. If The Bidder Failed To Join Within The Allotted Time, His Bid Will No Longer Be Considered. 6. Please Be Advised That The Bid Opening Shall Be Audio And Video Recorded, And Stored As Part Of The Documentation Process Of The Batangas Medical Center. Hence, Your Attendance To The Event Shall Indicate Your Explicit Consent On The Recording Of Your Image And Voice, Collection And Processing Of Your Personal Data As Disclosed And Captured During The Event. Rest Assured That Processing Of Data Is Done Solely For Legal Purposes And In Compliance With The Government Procurement Reform Act.
Department Of Health Regional Office Ii Tender
Healthcare and Medicine
Philippines
Closing Date17 Jun 2025
Tender AmountPHP 110 Million (USD 1.9 Million)
Details: Description Invitation To Bid Procurement Of Goods Ib No. 2025-06-17 (14) The Doh - Cagayan Valley Center For Health Development, Through The Gop-general Appropriations Act 2025 Intends To Apply The Sum Of One Hundred Twelve Million Eight Hundred Forty-four Thousand Four Hundred Sixty-eight Pesos And 66/100 Centavos (₱ 112,844,468.66) Being The Approved Budget For The Contract (abc) To Payment Under The Contracts. Bids Received In Excess Of The Abc Per Lot Will Be Automatically Rejected At Bid Opening. Award Of The Procurement Project For Category 1 Will Be Subject To Receipt Of Sub Allotment Advice From Doh Central Office Based On Gaa 2025 Hfep Funds. Line Item Particulars Unit Qty Abc (₱) Bid Fee (₱) Category I: Medical Equipment 1 Biosafety Cabinet (on-site) Unit 2 ₱400,000.00 500.00 2 Biosafety Cabinet Nsf Certified Class Ii A2 (on-site) Unit 2 ₱1,080,000.00 5,000.00 3 Blood Bank Refrigerator, Double Door (on-site) Unit 1 ₱920,000.00 1,000.00 4 Chemistry Analyzer (fully Automated) (on-site) Unit 10 ₱4,500,000.00 5,000.00 5 Dental Unit Chair With Complete Accessories (on-site) Unit 1 ₱500,000.00 500.00 6 Digital Fluoroscopy X-ray System (brand New) (on-site) Unit 1 ₱16,000,000.00 25,000.00 7 Digital Mobile C-arm With Flat Panel Detector (on-site) Unit 1 ₱6,000,000.00 10,000.00 8 Electric Operating Table (on-site) Unit 1 ₱1,500,000.00 5,000.00 9 Hematology Analyzer, 3 Part Fully Automated With Computer And Printer (on-site) Unit 1 ₱500,000.00 500.00 10 Hematology Analyzer, 5 Part Fully Automated With Computer And Printer (on-site) Unit 9 ₱5,400,000.00 10,000.00 11 Infant/baby Warmer With Phototherapy (on-site) Unit 4 ₱2,000,000.00 5,000.00 12 Mobile Digital X-ray Machine (on-site) Unit 1 ₱5,000,000.00 5,000.00 13 Operating Room Light (on-site) Unit 4 ₱1,200,000.00 5,000.00 14 Operating Room Table (on-site) Unit 2 ₱3,000,000.00 5,000.00 15 Operating Room Washing Sink (on-site) Unit 2 ₱560,000.00 1,000.00 16 Refrigerated Blood Bank Centrifuge, Floor Standing (on-site) Unit 1 ₱1,600,000.00 5,000.00 17 Refrigerated Centrifuge (on-site) Unit 1 ₱1,400,000.00 5,000.00 18 Retinal Photocoagulation Laser (on-site) Unit 1 ₱7,850,000.00 10,000.00 19 Stationary Digital Radiography (x-ray) Machine (at Least 500ma And With Patient Table) (on-site) Unit 1 ₱9,000,000.00 10,000.00 20 Ultrasound Machine (on-site) Unit 2 ₱6,000,000.00 10,000.00 21 Vaccine Refrigerator (on-site) Unit 2 ₱450,000.00 500.00 22 Vaccine Refrigerator, Chest Type (on-site) Unit 1 ₱715,000.00 1,000.00 23 Abg Machine Unit 2 ₱923,468.00 1,000.00 24 Ambulance Collapsible Stretcher Unit 1 ₱100,000.00 500.00 25 Analytical Balance Unit 1 ₱90,000.00 500.00 26 Anesthesia Machine With Patient Monitor And Ventilator Unit 1 ₱1,400,000.00 5,000.00 27 Autoclave, 50l Unit 9 ₱1,620,000.00 5,000.00 28 Automated External Defibrillator Unit 7 ₱1,050,000.00 5,000.00 29 Binocular Microscope Unit 5 ₱500,000.00 500.00 30 Biomedical Refrigerator Unit 2 ₱150,000.00 500.00 31 Biomedical Refrigerator, Upright Unit 1 ₱115,000.00 500.00 32 Blood Collection Mixer Unit 10 ₱950,000.00 1,000.00 33 Blood Plasma Extractor Unit 4 ₱400,000.00 1,000.00 34 Bubble Cpap Machine For Neonate Unit 3 ₱1,500,000.00 5,000.00 35 Cardiac Monitor With Pulse Oximeter Unit 4 ₱400,000.00 500.00 36 Cardiotocograph (ctg) Machine Unit 7 ₱1,050,000.00 5,000.00 37 Cautery Machine Unit 1 ₱480,000.00 500.00 38 Centrifuge, High Speed Unit 1 ₱450,000.00 500.00 39 Cpr Mannequin Family Pack With Aed Unit 2 ₱374,000.00 500.00 40 Defibrillator With Cardiac Monitor Unit 2 ₱700,000.00 1,000.00 41 Delivery Bed With Mattress (4-5 Inches) And Detachable Stirrups Unit 5 ₱750,000.00 1,000.00 42 Delivery Room Light Unit 3 ₱390,000.00 500.00 43 Dental Accessory Unit 1 ₱110,000.00 500.00 44 Digital Weighing Scale, Adult Unit 14 ₱1,400,000.00 5,000.00 45 Digital Weighing Scale, Pedia Unit 12 ₱960,000.00 1,000.00 46 Digital, High-speed Benchtop Clinical Centrifuge With Rotor Unit 1 ₱550,000.00 1,000.00 47 Electrocardiograph Machine - 12 Channels Unit 6 ₱1,080,000.00 5,000.00 48 Electrolyte Analyzer (fully Automated) Unit 3 ₱1,350,000.00 5,000.00 49 Examination Table With 3 Sections Unit 1 ₱70,000.00 500.00 50 Examining Table With Detachable Stirrup And Examining (led) Light Unit 7 ₱1,225,000.00 5,000.00 51 Fetal Monitor With Probe Unit 11 ₱1,210,000.00 5,000.00 52 Hba1c Analyzer Unit 4 ₱1,640,000.00 5,000.00 53 Hemoglobinometer Unit 4 ₱352,000.00 500.00 54 Hepa Filter Machine Unit 5 ₱600,000.00 1,000.00 55 Infusion Pump Unit 2 ₱220,000.00 500.00 56 Laboratory Extraction Chair Unit 1 ₱85,000.00 500.00 57 Mechanical Ventilator Unit 1 ₱1,000,000.00 1,000.00 58 Microhematocrit Centrifuge, Maximum Capacity Of 24 Unit 1 ₱150,000.00 500.00 59 Milk Bank Freezer Unit 1 ₱500,000.00 500.00 60 Mini Oxygen Concentrator Unit 2 ₱240,000.00 500.00 61 Phlebotomy Cart Unit 3 ₱249,000.00 500.00 62 Platelet Agitator With Incubator Unit 1 ₱500,000.00 500.00 63 Portable Microbiological Test For Water Unit 9 ₱1,800,000.00 5,000.00 64 Pulse Oximeter Desktype With Adult And Pedia Probe Unit 2 ₱300,000.00 500.00 65 Reagent Refrigerator Unit 4 ₱320,000.00 500.00 66 Serofuge/serological Centrifuge Unit 2 ₱200,000.00 500.00 67 Slit Lamp With Motorized Table Unit 1 ₱1,700,000.00 5,000.00 68 Test Tube Incubator With Accessories Unit 3 ₱300,000.00 500.00 69 Ultrasonic Scaler Unit 1 ₱384,000.00 500.00 70 Urine Analyzer Unit 5 ₱500,000.00 500.00 71 Urine Sediment Analyzer Unit 1 ₱1,000,000.00 1,000.00 72 Uv Cabinet With Uv Light Unit 2 ₱200,000.00 500.00 73 Vein Illumination Device Unit 1 ₱510,000.00 1,000.00 74 Water Analyzer Unit 3 ₱180,000.00 500.00 75 Wireless Indirect Ophthalmoscope With 20 Diopter Lens Unit 2 ₱160,000.00 500.00 Category Ii: General Merchandise 1 Purok Kalusugan Kits Kit 558 ₱2,832,000.66 5,000.00 1. The Doh - Cagayan Valley Center For Health Development Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Within The Timeframe As Stated In The Schedule Of Requirements. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Doh- Cagayan Valley Center For Health Development Website - Ro2.doh.gov.ph And Inspect The Bidding Documents. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 27, 2025 To June 17, (before 9:00 Am) 2025 From The Given Address Upon Payment Of The Applicable Bid Fee. Prospective Bidders May Pay Their Bid Fee Through Electronic Means. 6. The Doh Cagayan Valley Center For Health Development Will Hold A Pre-bid Conference On June 4, 2025 At 9:00 O’clock A.m. Through Video Conferencing Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Doh Cvchd Bac Secretariat Through Online Or Electronic At Email Address- Bacregion2@gmail.com On Or Before 9:00 A.m. On June 17, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On June 17, 2025, At 9:00 A.m. Via Video Conferencing. Bids Will Be Opened In The Presence Of The Bidders’ Representatives. 10. Bidders Shall Use A Two-factor Security Procedure Consisting Of An Archive Format Compression And Password Protection. 11. The Doh Cagayan Valley Center For Health Development Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Doh Cagayan Valley Center For Health Development Carig, Tuguegarao City 3500 Phone Numbers: (02) 304-6523; 09178971826; 09988877455; 09953433240 Email Address: Dohro2@cvchd.doh.gov.ph / Bacregion2@gmail.com Website Address: Ro2.doh.gov.ph 13. For Downloading Of Bidding Documents, Please Visit Website - Ro2.doh.gov.ph May 27, 2025 Domingo K. Lavadia, Mba, Jd Bac Chairperson
City Of Bayawan Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date10 Jun 2025
Tender AmountPHP 296.3 K (USD 5.3 K)
Details: Description Request For Quotation Rfq No. Svp 25-b-0198(re-bid) Date May 27,2025 Pr Reference 100-25-03-034 Philgeps Reference No. End - User Slaghterhouse Closing Date June 09,2025 Deadline/opening Date June 10,2025 Designated Places Of Submission (bid Box Designated Locations) 1. Bac Office, Cabcabon, Bayawan City 2. Public Market Office, Bayawan City 3. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With The Rfq 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp,shopping,highly Technical Consultants) B. Certificate Of Philgeps Registration (platinum Membership)(np-two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq).basis Of Evaluation For This Rfq: By _____lot By _____item A Copy Of Your Current Business Permit And Philgeps Certificate Or Registration Is Also Required To Be Submitted Along Withyour Quotation/proposal. Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210-1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairman Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3. Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4. Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5. Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6. Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7. Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 8. The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 9. The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 10. Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 11. Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 25-b-0198(re-bid) Total Abc: Php 296,341.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description (qty) Unit Of Issue Approved Budget For The Contract (totalabc Per Line Item) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Purpose: Supply And Delivery Of Other Supplies And Materials For Sluaghter Operation Use. I Lot I Carpentry Tools And Supplies 1 Locker Cabinet, Metal, 24 Compartments With Dual Lock (camlock And Padlock Ready), 185x90x40 Cm, With Ventilation, Gray 1 Unit 23,000.00 [ ] [ ] 2 Tie Wire, #18 20 Kilo 80.00 [ ] [ ] 3 Cutting Disc, 100mm Dia, For Metal 5 Piece 105.00 [ ] [ ] 4 Cutting Disc, Concrete, 4 Inches (heavy Duty) 2 Piece 380.00 [ ] [ ] Ii Lot I Electrical Supplies And Materials [ ] [ ] 5 Electric Extension Reel, Cord Length: 25-50m , Cord Size: #16, 4 Sockets, Power Switch, Thermal Cut-out Protection, Winding Knob, 220v 1 Roll 3800.00 [ ] [ ] Iii Lot I Farm/garden Tools And Accessories 6 Loop Handle Brushcutter, Recoil Starter, 34-35.8 Cu.cm. (cc), Unleaded/gasoline, 0.5-1.5l, Outdoor Operation Mode, Single Cylinder, 4-stroke,12.kw(1.6hp), 7000rpm, At Least 1.6-1.9 N.m, 5,500rpm, 1cylinder, Single Exhaust Pipe, Rotary Type(oil Mist), Ohc, At Least 39.0x30.0mm, Solid Drive Shaft, Semi-dry Type, 1885x325x250, 0.1 Liter Oil Capacity, 6-8 Kgs., Oil Mist Lubrication System, Blade Safety Frame Guard, Anti Vibration, 2 Blade Guards, 4 Blade Tooth, With Googles And Harness, Loop Handle Type, 6 Months To 1 Year Warranty, Lgu Bayawan City As Registered Owner O. R. 1 Unit 18,000.00 [ ] [ ] 7 Garden Hose, With Ply, .5" Dia., 90mtr. 1 Roll 3,150.00 [ ] [ ] 8 Empty Sack, New, 50kg Capacity, White 625 Piece 20.00 [ ] [ ] Iv Lot I Oxygen/lpg Supplies And Materials 9 Lpg Tank With Content, 50kg 10 Tank 11,500.00 [ ] [ ] 10 Lpg Hose, Lpg Hose 10 Meter 120.00 [ ] [ ] 11 Lpg Regulator, Lpg Regulator,with Gauge 4 Piece 1,900.00 [ ] [ ] V Lot I Other Supplies And Materials 12 Banyera, 70 Liters Capacity, Color Blue, Rubberized Heavy Duty Banyera Made Of Plastic Material Hdpe Colour, Oval Fish Crate 10 Unit 700.00 [ ] [ ] 13 "empty Drum, Polyethylene Material 200 Liter Capacity Height: 93mm Length: 580mm Heavy Duty" 3 Piece 2,500.00 [ ] [ ] 14 Wheel Barrow, Deep Type, 13" X 3" Solid Tire, Heavy Duty 2 Piece 4,000.00 [ ] [ ] 15 Knife Sharpener, (bairan) Good Quality 11 Piece 200.00 [ ] [ ] 16 Padlock, 20mm, Heavy Duty 10 Piece 200.00 [ ] [ ] 17 Padlock, 40mm, Heavy Duty 10 Piece 300.00 [ ] [ ] 18 Honing Steel, 12" 6 Piece 460.00 [ ] [ ] 19 Padlock, 60mm, Heavy Duty 4 Piece 500.00 [ ] [ ] 20 Wheel Barrow, Shallow 3 Unit 2,835.00 [ ] [ ] 21 Weighing Scale, Hanging Hook,200 Kg Capacity,steel, Heavy Duty 1 Piece 1,500.00 [ ] [ ] 22 Animal Marking Stick, Screw Type 27 Piece 2,700.00 [ ] [ ] Vi Lot I Plumbing Supplies 23 Hose Clip/clamp, Stainless Steel, 20mm - 32mm, Heavy Duty 10 Piece 98.00 [ ] [ ] 24 Hose Clip, 5/8", Hose Clip, 5/8" 20 Piece 18.00 [ ] [ ] 25 Ball Valve, 15mm Dia Brass/bronze 5 Piece 250.00 [ ] [ ] 26 Ball Valve, 1/2 X 1/2 With Lock Wing 5 Piece 220.00 [ ] [ ] 27 Gi Coupling, 15mm Dia Sched. 40 10 Piece 26.00 [ ] [ ] 28 Nipple, G.i., 15mm Dia X .35m, Sched. 40 8 Piece 77.00 [ ] [ ] 29 Pressure Washer Hose, Sewer Drain Water Cleaning Hose, With Multi-functional Jet Nozzles, 30m 2 Set 3,500.00 [ ] [ ] 30 Pressure Hose, Good Quality, (30m/roll) 1 Roll 1,350.00 [ ] [ ] 31 Garden Hose, 1 Inch Diameterx100 Meter Long/roll With Ply 1 Roll 3,800.00 [ ] [ ] 32 Stainless Steel Pipe, 40mm X 6.0m 2 Length 4,900.00 [ ] [ ] 33 Stainless Steel Pipe, 50mm Dia X 6.0m 2 Length 7,000.00 [ ] [ ] Vii Lot I Steelwork Supplies And Devices 34 Electric Drill, 1800w, 220 Vac, With Complete Accessories 1 Piece 5,600.00 [ ] [ ] 35 "portable Welding Machine , ► Power Voltage (v): 220 V ►rated Input Capacitance: 7.4 ►input Voltage Frequency (hz): 60 Hz ►iso 9001 Certified With Ac Plug, Electrode Holder And Welding Cable, Earth Clamp And Cable, Welding Mask With Handle, Steel Brush, Complete Package." 1 Unit 9,000.00 [ ] [ ] 36 Welding Rod/electrode, 3.2 X 350mm Stainless 308-r E30316 3 Kilo 475.00 [ ] [ ] 37 Welding Rod, E 3016 5 Kilo 100.00 [ ] [ ] 38 "angle Grinder, Rated Power Input: At Least 900 Wattage No Load Speed: At Least 11000rpm Power Output: 450w Grinding Spindle Thread: M10 Disc Diameter: 100mm (4"") Tool Dimensions (approx): Length - 250mm, Width-73mm, Height-100mm Weight 1.9 Kg Switch 2-way Surface Grinding (roughing) Vibration Emission Value Ah 7.5 M/s² Uncertainty K 1.5 M/s² Sanding With Sanding Sheet Vibration Emission Value Ah 7.5 M/s² Uncertainty K 1.5 M/s² 1 Year Parts & Service" 1 Unit 5,000.00 [ ] [ ] ***nothing Follows*** (supplier Must Provide Complete Data For The Information Required Below) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
DEPARTMENT OF EDUCATION DIVISION OF SAMAR Tender
Others
Philippines
Closing Date23 Jun 2025
Tender AmountPHP 2.5 Million (USD 43.6 K)
Details: Description Republic Of The Philippines Department Of Education Region Viii Schools Division Of Samar Invitation To Bid For The Procurement Of Safety And Emergency Supplies And Disaster Preparedness Equipment- Repost 1. The Department Of Education – Division Of Samar, Through The Sub-aro No. Ro-8-24-0541 Intends To Apply The Sum Of Two Million Five Hundred Thousand Pesos Only (2,500,000.00) For The Procurement Of Safety And Emergency Supplies And Disaster Preparedness Equipment- Repost Being The Approved Budget For The Contract (abc) To Payments. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Qty Unit Item Description 1 Pcs Portable Public Address System • With 2 Original And Good Quality Wireless Microphones • Heavy Duty • 3.5 Mm Audio Cable Input- Yes • Bluetooth-yes • Charging Cable-yes • Splash Proof- Yes • Wireless- Yes • Built-in Microphone-yes • Rechargeable Battery-yes 35 Pcs Spine Board • 2-fold With Spider Strap/ Belt 1 Pc Emergency Monitoring Device • Screen-13” Or 15’’ • Screen Resolution-1920x1200 Pixels/ 13.6-inch (diagonal) Led Backlit Display With Ips Technology;2 2560-by-1664 Native Resolution At 224 Pixels Per Inch 500 Nits Brightness • Refresh Rate-60hz • Screen Technology – Ips/ Liquid Retina Display • Processor- Intel Core I5-13420h, Intel Core I5-12450h/ M3 Or M4 With 8-core Gpu • Os- Windows 11/ Macos M3/m4 Chip • Storage- 256gb/512gb • Ram- 16gg/16gb • Body Material- Aluminum • Battery Life- 11h • Webcam Resolution-12mp, 1080p Hd Recording • Color- Sky Blue/ Starlight • Hdmi- Yes • Headphone Jack- Yes • Total Usb- 3 • Usb Type- 1 X Usb Type C, 1 X Usb 2.0, 1 X Usb 3.2 • Touch Screen- Yes If Possible 37 Pcs Emergency Go Bag Kit With Content • Bp Set Manual With Carrying Case: Sphygmomanometer And Stethoscope-1set • 7in1 Utility Knife- 1pc • Rescue Rope 10mm- 10meters • Splinter Forceps Ss 5.5”- 2pcs • Emt Trauma Shears -1pc • Curved Hemostat Forceps Ss 7”- 2pcs • Surgical Scissors Straight Ss 7”-1pc • Thumb Dressing Forceps Ss 7”-1pc • Non-sterile 40"x40"x56" Triangular Bandage-5pcs • Tactical Flashlights Rechargeable-1pc • Hot And Cold Pack-3pcs • Reusable Medical Ice Bag 6”-1pc • Reusable Hot Water Bag (m)-1pc • 10 Ml Syringe- 20pcs • Emergency Fracture Splint Roll (xpe) Aluminum Alloy (10cm Width)-3pcs • Combat Application Tourniquet-2pcs • Tourniquet Rubber Flat-10pcs • Retractable Tourniquet-5pcs • Emergency Blanket-5pcs • Cotton Balls 50s- 1pack • Gauze, 2" X 2.1 Yds Sterile-10pcs • Gauze, 3" X 2.1 Yds Sterile-10pcs • Gauze, 4" X 2.1 Yds Sterile-10pcs • Blood Stop Dressing- 1pc • Sterile Gauze Pads (4" X 4")-1box • Sterile Gauze Pads (3”x3”)-1box • Sterile Gauze Pad (2”x2”)-1 Box • Sterile Eye Pads-1box • Antiseptic Wipes-1box • Surface Disinfectant Wipes 20s- 1pack • Gloves Sterile- 10 Pairs • Cpr (cardio Pulmonary Resuscitation) Mask With Oxygen Inlet-1unit • Ambu Bag Adult With Carrying Case-1unit • Steri-strip 30s -1box • Burn Gel 5g-10pcs • Hydrogen Peroxide 120ml-1bottle • Irrigation Solution Sterile With Applicator Bottle For Eye And Wound Irrigation 1000ml-1set • Instant Glucose 200ml- 1bottle • Povidone Iodine 60ml -1bottle • Post-operative Sterile Absorbent Waterproof Dressing 3”x3”- 1pc • Surgical Tape 1"x10 Yds-3pcs • Antibiotic (bacitracin, 200units, Neomycin, 3.5mg Polymycin 4,000 Units) Ointment-1tube • Anti-inflammatory, Antipruritic Ointment 3g-10sachet • Adhesive Bandage Waterproof (3/4"x 3")-1box • Spot Bandage-10pcs • Knuckle Bandage-10pcs • Fingertip Bandage-10pcs • Alcohol Wipes (prep Pads) 10/box-1box • Penlight Medical-1pc • Digital Thermometer Medical-1pc • Rechargeable Pulse Oximeter -1pc • Elastic Bandage 2”-5 Pc • Elastic Bandage 3”-5 Pcs • Elastic Bandage 4”-5 Pcs • Sterile 4x4 Antiseptic Gauze Dressing -2pcs • 2" X 5 Yds Cohesive Self-sticking Roll Bandage -3pcs • 4” X 5 Yds Cohesive Self-sticking Roll-3pcs • Sterile Burn Sheet (60"x96")-1pc • Orange/red Trauma Bag/backpack With Logo, Waterproof, Padded Back, Base And Handle, Thick Material, Double Stitched- 1pc • First Aid Guide-1book 5 Pcs Fire Extinguisher • 10 Lbs. Abc Type Dry-chemical- Refillable 40 Pcs Cervical Collar (adult) • Preformed And Not Easy To Deform • 4 Gear Height Adjustment • Penetrable By X-ray, Mri, Ct Scan • Large Tracheal Hole Design • Polymer/pe Foam Lining • Lightweight And Breathable 40 Pcs Cervical Collar (pedia) • Preformed And Not Easy To Deform • 4 Gear Height Adjustment • Penetrable By X-ray, Mri, Ct Scan • Large Tracheal Hole Design • Polymer/pe Foam Lining • Lightweight And Breathable 3 Pcs Fire Cabinet(800x700x160mm) And Fire Hose (50ft) With Accessories Inclusions: • Fire Hose Cabinet 27’’x24’’x 7” Red Coated G.a 22 Standard Steel Body, Aluminum Frame With Lock And Key • Angle Valve ½ • Fire Hose ½ Single Jacket 50ft • Polycarbonate Fog Nozzle ½ • Lock Nipple ½ • Hose Rack 36 Pcs High Pressure Washer Motor Power: 2100w Voltage: 230v - 240 V Frequency: 50/60 Hz Max. Pressure: 140 Bar Max. Flow Rate: 450l/h Inlet Water Temperature: 40c Self- Priming Capability: 0.5m Detergent System: High Pressure Foam Motor Type: Induction Pump Type: 3 Cylinder Pump Material: All Metal Cable Length: 5m Hose Length: 8m Lances: Lance Nozzles: 3-in-1 Nozzle Detergent Nozzle: 550 Ml Hose Reel: Manual Weight: (without Accessories): 17. 6 Kg 77 Pcs Safety Cargo Vest (dark Orange With Pockets, Embroidered Logo And Name Of The Office And Reflector) 46 Pcs Portable Nebulizer With Complete Accessories • Low Noise, Compact, Auto Off Anti-dry, • Large Amount Of Micron Mist Particles • Heavy Duty Compressor • One Press Button • Made Of High-grade Abs Material • Oil Free Piston • With Adult And Pedia Mask, Mouthpiece, 5 Air Filters, Manual, Nebulizer Kit 81 Pcs Water Resistant Jacket – (maroon And Embroidered With Drrm And Office Logo) 55 Pcs Steel Toe Safety Shoes- (black/brown) Breathable Fabric/ Leather 45 Pcs Digital Blood Pressure Apparatus – • Automatic And Advanced Averaging • Usb Power Support • Large Arm Cuff- 22 To 45 Mm • Irregular Heartbeat Detector • At Least 90 Memory Storage • Date And Time Display • Oscillographic Measurement Method 50 Pcs Finger Pulse Oximeter- (rechargeable) • Size Fits Finger Of Child From 2 Years Of Age To Adult • Shows Real Time Measurement Of Spo2 Level, Pulse Rate 30bpm To 250bpm, Pulse Rate Bar • Optical Sensor • Continuous Bar Graph Display • Battery 2x1.5(aaa) Or Rechargeable Batteries (aaa) • Work Continuously For At Least 20hours • Storage Bag, Manual, Box Lace, 2x Aaa Rechargeable Batteries 18 Pcs Portable Power Station With 200-watt Solar Panel • Capacity- 600w • Solar Input- 110w, 100% In As Fast As 2.5 Hours/ Higher • Storage Temperature- 68f-86f • Noise- <30db • Ac Output- 2 Outlets • Usb-c Output • Usb- A Output 2. The Department Of Education – Division Of Samar Now Invites Bids For The Above Procurement Project. Delivery Of Good Is Required To Be Delivered Within 30 Calendar Days At Deped Samar Division Office. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Education – Division Of Samar, Bac Office Or May Call Its Landline Number And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 11, 2025 From The Given Address And Website(s) Below; Department Of Education Division Of Samar – Bac Office Arteche Boulevard, Catbalogan City, Samar Upon Accomplishing Bidder’s Information Sheet And Upon Payment Of The Applicable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (5,000.00) To The Department Of Education – Division Of Samar – Cashier’s Office. Only Bidders Who Purchased Bidding Documents Will Be Allowed To Submit Bids (itb 6.8). 6. The Department Of Education – Samar Division Will Hold A Pre-bid Conference On June 11, 2025; 10:00 Am At The Bids And Awards Committee (bac) Office, Deped – Samar Division, Arteche Blvd., Catbalogan City And Through Video-conference Via Microsoft Teams. Prospective Bidders Are Advised To Contact The Bac Secretariat A Day Before The Said Activity For The Link. Pre-bid Conference Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am Of June 23, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 10:00 Am Of June 23, 2025 At The Redaja Hall, Division Office Deped – Samar Division. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Education – Division Of Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Dr. Josefina F. Dacallos Bac Secretariat - Head Department Of Education Division Of Samar Bac Office Arteche Boulevard, Catbalogan, City Telephone Number: (055) 251-2595 Depedsamar.bac@deped.gov.ph 3 June, 2025 Joel A. Zartiga Bac Chairman
DEPARTMENT OF EDUCATION DIVISION OF SAMAR Tender
Others
Philippines
Closing Date26 May 2025
Tender AmountPHP 2.5 Million (USD 44.8 K)
Details: Description Republic Of The Philippines Department Of Education Region Viii Schools Division Of Samar Invitation To Bid For The Procurement Of Safety And Emergency Supplies And Disaster Preparedness Equipment 1. The Department Of Education – Division Of Samar, Through The Sub-aro No. Ro-8-24-0541 Intends To Apply The Sum Of Two Million Five Hundred Thousand Pesos Only (2,500,00.00) For The Procurement Of Safety And Emergency Supplies And Disaster Preparedness Equipment Being The Approved Budget For The Contract (abc) To Payments. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Qty Unit Item Description 2 Pcs Portable Public Address System • With 2 Original And Good Quality Wireless Microphones • Heavy Duty • 3.5 Mm Audio Cable Input- Yes • Bluetooth-yes • Charging Cable-yes • Splash Proof- Yes • Wireless- Yes • Built-in Microphone-yes • Rechargeable Battery-yes 40 Pcs Spine Board • 2-fold With Spider Strap/ Belt 1 Pc Emergency Monitoring Device • Screen-14’’ • Screen Resolution-1920x1200 Pixels • Refresh Rate-60hz • Screen Technology – Ips • Processor- Intel Core I5-13420h, Intel Core I5-12450h • Os- Windows 11/ Ios • Storage- 512gb • Ram- 16gg/ 8gb • Body Material- Aluminum • Battery Life- 11h • Webcam Resolution- Hd • Color- Mystic Silver, Gold, Black/ Gray • Hdmi- Yes • Headphone Jack- Yes • Total Usb- 3 • Usb Type- 1 X Usb Type C, 1 X Usb 2.0, 1 X Usb 3.2 • Wifi Standard – 802.11a/b/g/n/ac/ax • Touch Screen- Yes If Possible 37 Pcs Emergency Go Bag Kit With Content • Bp Set Manual With Carrying Case: Sphygmomanometer And Stethoscope-1set • 7in1 Utility Knife- 1pc • Rescue Rope 10mm- 10meters • Splinter Forceps Ss 5.5”- 2pcs • Emt Trauma Shears -1pc • Curved Hemostat Forceps Ss 7”- 2pcs • Surgical Scissors Straight Ss 7”-1pc • Thumb Dressing Forceps Ss 7”-1pc • Non-sterile 40"x40"x56" Triangular Bandage-5pcs • Tactical Flashlights Rechargeable-1pc • Hot And Cold Pack-3pcs • Reusable Medical Ice Bag 6”-1pc • Reusable Hot Water Bag (m)-1pc • 10 Ml Syringe- 20pcs • Emergency Fracture Splint Roll (xpe) Aluminum Alloy (10cm Width)-3pcs • Combat Application Tourniquet-2pcs • Tourniquet Rubber Flat-10pcs • Retractable Tourniquet-5pcs • Emergency Blanket-5pcs • Cotton Balls 50s- 1pack • Gauze, 2" X 2.1 Yds Sterile-10pcs • Gauze, 3" X 2.1 Yds Sterile-10pcs • Gauze, 4" X 2.1 Yds Sterile-10pcs • Blood Stop Dressing- 1pc • Sterile Gauze Pads (4" X 4")-1box • Sterile Gauze Pads (3”x3”)-1box • Sterile Gauze Pad (2”x2”)-1 Box • Sterile Eye Pads-1box • Antiseptic Wipes-1box • Surface Disinfectant Wipes 20s- 1pack • Gloves Sterile- 10 Pairs • Cpr (cardio Pulmonary Resuscitation) Mask With Oxygen Inlet-1unit • Ambu Bag Adult With Carrying Case-1unit • Steri-strip 30s -1box • Burn Gel 5g-10pcs • Hydrogen Peroxide 120ml-1bottle • Irrigation Solution Sterile With Applicator Bottle For Eye And Wound Irrigation 1000ml-1set • Instant Glucose 200ml- 1bottle • Povidone Iodine 60ml -1bottle • Post-operative Sterile Absorbent Waterproof Dressing 3”x3”- 1pc • Surgical Tape 1"x10 Yds-3pcs • Antibiotic (bacitracin, 400units, Neomycin, 3.5g Polymycin 5,000 Units) Ointment-1tube • Anti-inflammatory, Antipruritic Ointment 3g-10sachet • Adhesive Bandage Waterproof (3/4"x 3")-1box • Spot Bandage-10pcs • Knuckle Bandage-10pcs • Fingertip Bandage-10pcs • Alcohol Wipes (prep Pads) 10/box-1box • Penlight Medical-1pc • Digital Thermometer Medical-1pc • Rechargeable Pulse Oximeter -1pc • Elastic Bandage 2”-5 Pc • Elastic Bandage 3”-5 Pcs • Elastic Bandage 4”-5 Pcs • Sterile 4x4 Antiseptic Gauze Dressing -2pcs • 2" X 5 Yds Cohesive Self-sticking Roll Bandage -3pcs • 4” X 5 Yds Cohesive Self-sticking Roll-3pcs • Sterile Burn Sheet (60"x96")-1pc • Orange/red Trauma Bag/backpack With Logo, Waterproof, Padded Back, Base And Handle, Thick Material, Double Stitched- 1pc • First Aid Guide-1book 5 Pcs Fire Extinguisher • 10 Lbs. Abc Type Dry-chemical- Refillable 40 Pcs Cervical Collar (adult) • Preformed And Not Easy To Deform • 4 Gear Height Adjustment • Penetrable By X-ray, Mri, Ct Scan • Large Tracheal Hole Design • Polymer/pe Foam Lining • Lightweight And Breathable 40 Pcs Cervical Collar (pedia) • Preformed And Not Easy To Deform • 4 Gear Height Adjustment • Penetrable By X-ray, Mri, Ct Scan • Large Tracheal Hole Design • Polymer/pe Foam Lining • Lightweight And Breathable 5 Pcs Fire Cabinet(800x700x160mm) And Fire Hose (50ft) With Accessories Inclusions: • Fire Hose Cabinet 27’’x24’’x 7” Red Coated G.a 22 Standard Steel Body, Aluminum Frame With Lock And Key • Angle Valve ½ • Fire Hose ½ Single Jacket 50ft • Polycarbonate Fog Nozzle ½ • Lock Nipple ½ • Hose Rack 37 Pcs High Pressure Washer Motor Power: 2100w Voltage: 230v - 240 V Frequency: 50/60 Hz Max. Pressure: 140 Bar Max. Flow Rate: 450l/h Inlet Water Temperature: 40c Self- Priming Capability: 0.5m Detergent System: High Pressure Foam Motor Type: Induction Pump Type: 3 Cylinder Pump Material: All Metal Cable Length: 5m Hose Length: 8m Lances: Lance Nozzles: 3-in-1 Nozzle Detergent Nozzle: 550 Ml Hose Reel: Manual Weight: (without Accessories): 17. 6 Kg 77 Pcs Safety Cargo Vest (dark Orange With Pockets, Embroidered Logo And Name Of The Office And Reflector) 46 Pcs Portable Nebulizer With Complete Accessories • Low Noise, Compact, Auto Off Anti-dry, • Large Amount Of Micron Mist Particles • Heavy Duty Compressor • One Press Button • Made Of High-grade Abs Material • Oil Free Piston • With Adult And Pedia Mask, Mouthpiece, 5 Air Filters, Manual, Nebulizer Kit 85 Pcs Water Resistant Jacket – (maroon And Embroidered With Drrm And Office Logo) 55 Pcs Steel Toe Safety Shoes- (black/brown) Breathable Fabric/ Leather 45 Pcs Digital Blood Pressure Apparatus – • Automatic And Advanced Averaging • Usb Power Support • Large Arm Cuff- 22 To 45 Mm • Irregular Heartbeat Detector • At Least 90 Memory Storage • Date And Time Display • Oscillographic Measurement Method 50 Pcs Finger Pulse Oximeter- (rechargeable) • Size Fits Finger Of Child From 2 Years Of Age To Adult • Shows Real Time Measurement Of Spo2 Level, Pulse Rate 30bpm To 250bpm, Pulse Rate Bar • Optical Sensor • Continuous Bar Graph Display • Battery 2x1.5(aaa) Or Rechargeable Batteries (aaa) • Work Continuously For At Least 20hours • Storage Bag, Manual, Box Lace, 2x Aaa Rechargeable Batteries 50 Pcs Portable Power Station With 200-watt Solar Panel • Capacity- 600w • Solar Input- 110w, 100% In As Fast As 2.5 Hours/ Higher • Storage Temperature- 68f-86f • Noise- <30db • Ac Output- 2 Outlets • Usb-c Output • Usb- A Output 2. The Department Of Education – Division Of Samar Now Invites Bids For The Above Procurement Project. Delivery Of Good Is Required To Be Delivered Within 30 Calendar Days At Deped Samar Division Office. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Education – Division Of Samar, Bac Office Or May Call Its Landline Number And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 14, 2025 From The Given Address And Website(s) Below; Department Of Education Division Of Samar – Bac Office Arteche Boulevard, Catbalogan City, Samar Upon Accomplishing Bidder’s Information Sheet And Upon Payment Of The Applicable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (5,000.00) To The Department Of Education – Division Of Samar – Cashier’s Office. Only Bidders Who Purchased Bidding Documents Will Be Allowed To Submit Bids (itb 6.8). 6. The Department Of Education – Samar Division Will Hold A Pre-bid Conference On May 14, 2025; 10:00 Am At The Bids And Awards Committee (bac) Office, Deped – Samar Division, Arteche Blvd., Catbalogan City And Through Video-conference Via Microsoft Teams. Prospective Bidders Are Advised To Contact The Bac Secretariat A Day Before The Said Activity For The Link. Pre-bid Conference Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am Of May 26, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 10:00 Am Of May 26, 2025 At The Redaja Hall, Division Office Deped – Samar Division. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Education – Division Of Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Dr. Josefina F. Dacallos Bac Secretariat - Head Department Of Education Division Of Samar Bac Office Arteche Boulevard, Catbalogan, City Telephone Number: (055) 251-2595 Depedsamar.bac@deped.gov.ph 3 May, 2025 Joel A. Zartiga Bac Chairman
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date10 Apr 2025
Tender AmountRefer Documents
Description: Contact Information|4|n743.4|wvb|717-605-1501 |amanda.l.bailey50.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8||x||x|||||
variation In Quantity (apr 1984)|3|0%|-5%|total Contract Quantity|
time Of Delivery (june 1997)|20|0001|1,300|365||||||||||||||||||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo-receiving Report & Invoice - Material|n/a|tbd|n00104|tbd|n39040|n50286 |tbd|133.2|n/a|n/a|s4306a - Material|n/a|n/a|see Dd1423|port_ptnh_wawf_notification@na
vy.mil|
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|365 Days After Acceptance Of Material|365 Days After Acceptance Of Material|||||
warranty Of Data--basic (mar 2014)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (mar 2025) (deviation 2025-o0003)|13|331221|1,000||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
1. Data Item A001 (inspection And Test Plan) May Be Waived If Already On Fileat Navsup Wss Mech.
2. Navsup Wss Mech Will Be Considering Past Performance In The Evaluation Ofoffers. See Clause 252.213-7000.
3. The Following Proposed Delivery Schedule Applies:
submission Of All Certification Data Cdrls 20 Days Prior To Delivery.
pnsy Review/acceptance Of Certification Cdrls After Receipt
final Delivery Of Material (365 Days)
please Quote Actual Delivery Days
4. A Variation In Quantity Of -5% Of The Total Contract Quantity Is Allowed. See Far 52.211-16 For Further Details.
5. Far 52.232-25(a)(5), Entitled Prompt Payment, Constructive Acceptance Ischanged From 7 Days To 45 Days After Delivery Of The Supplies In Accordancewith The Terms And Conditions Of The Contract.
6. This Requirement Has No Government Source Inspection. Inspection And Acceptance Will Occur At Destination/destination.
7. This Procurement Is Issued Pursuant To Emergency Acquisition Flexibilities.
8. This Is A Combined Solicitation For Multiple Related Items In Accordance With Far 13.101(b)(1). Multiple Awards Will Be Made On An Item By Determination. Offerors May Respond To As Many Line Items As They Prefer; However, Offerors Are Advised That Quotes Should Not Contain Quantity Discounts For Multiple Combined Items As This May Result In Award At An Unreasonably Low Value.
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2.2 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
document Ref Data=astm-e18 | | | |200201|a| | |
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=astm-b666 | | | |201101|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=sae Ams 2806 | | |a |900101|a| | |
document Ref Data=sae Ams 2807 | | |a |000901|a| | |
document Ref Data=sae Ams 2809 | | |a |070801|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=sae Ams-std-185 | | | |000901|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=sae Ams-qq-s-763 | | |c |150301|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
3. Requirements
3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Sae-ams-qq-s-763 Except As Amplified Or Modified Herein. Sae-ams-qq-s-763 Ordering Data Information Is Provided Below:
(a) Steel Bars, Wire, Shapes, And Forgings, Corrosion Resisting Steel; Sae-ams-qq-s-763.
(b) Class - ;304/304l Condition A (must Meet The Chemical And Mechanical Properties Of Both Classes); Condition - ;a; Form - ;bar, 1 Inch (round); Finish - Any Appropriate Finish Option Of Sae-ams-qq-763 Except Hot Finished, Scale Not Removed.
(c) Melting Practice - Electric Furnace, Electric Induction, Vacuum Furnace, Electroslag Remelt (esr), Or Argon Oxygen Decarburization (aod). Other Suitable Commercial Processes Must Be Submitted And Navy Approved Before They May Be Used.
(d) Special Cleaning Processes Are Not Applicable.
(e) Allowances For Machining Are Not Applicable.
(f) Major Stress Surface Areas Of The Finished Part Are Not Applicable.
(g) Low Magnetic Permeability Is Required For 300 Series Austenitic Corrosion Resistant Steels When Ordered In The Annealed Condition. The Relative Magnetic Permeability Must Be Determined And Must Not Exceed 2.0 (air - 1.0). Low Magnetic Permeability Is Not
required For Conditions B, H, Or T Unless Otherwise Specified.
(h) Length - Under 5" Dia. = 8 Feet Min / 12 Feet Max (plus Or Minus 10%) 5" Dia & Over = 5 Feet Min / 12 Feet Max (plus Or Minus 10%) Or As Specified Elsewhere In The Contract/purchase
(i) Forgings Are Not Applicable.
(j) Identification Marking Is Required In Accordance With Paragraph 3.10.1 Of Sae-ams-qq-s-763 And As Further Defined Elsewhere In This Contract/purchase Order.
(k) Lot Definitions Of Forgings Are Not Applicable.
(l) More Than The Usual Number Of Macrostructure Tests Is Not Required.
(m) Forging Prolongations For Testing Are Not Applicable.
(n) One Retest Is Permitted In Accordance With Paragraph 4.5.5 Of Sae-ams-qq-s-763.
(o) Packaging And Packing Requirements Must Be As Specified Elsewhere In The Contract/purchase Order.
(p) Special Marking For Shipment Must Be As Specified Elsewhere In The Contract/purchase Order.
3.2 ;hardness Must Be Checked In Accordance With Astm E18. Hardness Must Not Exceed Rockwell B95. In Addition, The Tensile Strength Must Be Between 75 Ksi Minimum And 100 Ksi Maximum For The Material.;
3.3 Bar, Pipe, And Tube Quantities - When This Order Results In Supplying Fewer Than 5 Pieces As Defined In The "length" Paragraph Above, All Material Must Be From A Single Heat Of Material.
3.4 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below.
test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining)
item - ;bar, Metal (one Sample From Each Lot);
performance - Sae-ams-qq-s-763
acceptance - Sae-ams-qq-s-763
3.5 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
3.6 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government Inelectronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.6.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. Requests Must Include The
information Listed Below.
a. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor.
b. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration.
c. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To Theoperational Use Of The Product.
d. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance.
3.6.2 Requests For Waivers/deviations For Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/
3.6.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
a. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification.
b. A Complete Description Of The Change To Be Made And The Need For That Change.
c. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis.
d. Proposed Changes To Documents Controlled By The Government.
e. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration.
f. Recommendations About The Way A Retrofit Should Be Accomplished.
g. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of Theproduct.
h. Impacts To The Operational Use Of The Product.
i. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
j. Milestones Relating To The Processing And Implementation Of The Engineeringchange.
3.7 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. ^ Quality Assurance Requirements ^
3.8 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected,
identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance
criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer.
3.9 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate.
3.9.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government To Determine The System's Effectiveness In Meeting The Quality Requirements
established In The Contract/purchase Order.
3.9.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon Notification, Make His Facilities
available For Audit By The Contracting Officer Or His Authorized Representative.
3.9.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of
any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement.
3.9.4 This Contract Provides For The Performance Of Government Quality Assurance At Destination. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer.
3.9.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco.
3.10 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And
rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected.
3.10.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made Available For
operations Of Such Devices And For Verification Of Their Accuracy And Condition.
3.10.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided By The
government.
3.11 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Any Purchasing Documents To A Subcontractor Must Cite The
applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility,
applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of This Order, Promptly Notify The Prime Contractor Who Will Notify The Pco So That Appropriate
planning For Government Inspection Can Be Accomplished.
3.11.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document.
3.11.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services
specified In The Purchase Order Or Contract.
3.11.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The
purchased Product On The End Item Represented By This Contract.
3.11.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be
established. Records Of This Effort Must Be Available For Review By The Government.
3.11.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier.
3.12 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following:
3.12.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.12.2 Inspection For Completeness And Proper Type.
3.12.3 Verification Of Material Quality Received.
3.12.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.12.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.12.6 Identification And Protection From Improper Use Or Disposition.
3.12.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And
necessity For Withholding The Material From Use.
3.12.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On
bailed Property Must Be Maintained.
3.12.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.13 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other
required Objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within
paragraph 3, Section C Of This Contract/purchase Order.
3.13.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That
implement The Material Control Requirements Stated Herein And Elsewhere In The Contract/purchase Order.
3.14 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must
provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of
operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component.
3.15 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. In Addition To The Marking Requirements On Applicable Specifications, Marking For Traceability Is Required. Pipe, Tube, And Metal Bar Must Have
both Permanent Marking And Temporary Marking Applied As Specified Below.
3.15.1 Permanent Marking - Permanent Traceability Marking Must Be Marked On Each End Of Each Pipe, Tube, And Metal Bar. (monel And K-monel Bar: 3/4 Inch To 1 Inch Rods, And 7/8 Inch Hex Bar May Be Marked On The Surface Near The End Of Bar/rod, And Rod Less
than 3/4 Inch And Hex Bar Less Than 7/8 Inch May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Tag Or Box.) All Traceability Marking Must Be Permanently Applied In Accordance With Mil-std-792. An Alternate Marking Method Is Permissible
provided It Is An Available Option In The Contractually Invoked Specification, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order, And Differs From That Specified In The Specification. Electric Arc Marking Or Impression
marking Is Strictly Prohibited On Thin Wall Tubing. (wall Thickness Of Less Than 0.125 Inch).
3.15.2 Temporary Marking - Temporary Marking Must Consist Of:
name Or Trademark Of Manufacturer, Specification And Grade (as Applicable), Size, Contract Number, And The Traceability Marking. Pipe And Tube Marking Must Also Include Sml (for Seamless). Marking Must Be In Accordance With The Material Specification And
sae-ams-2806, Sae-ams-2807, Sae-ams-2809, Table I Of Sae-ams-std-185, Or Astm-b666 As Applicable. Application Must Be In Accordance With Mil-std-792, Type A (temporary Ink Stenciling). An Alternate Method Is Permissible For Monel And K-monel Bar Provided It
is An Available Option (temporary Marking Only) In The Applicable Material Specification, Except That Hot Finished Rod With Rough Ground Surface 3/4 Inch And Under May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Bag Or Box.
contamination Levels For Ink Stenciling Must Be As Outlined In Paragraph 5.2 Of Mil-std-792.
3.16 See Cdrl Di-misc-81020 (chemical And Mechanical) - Material Certification - In Addition To The Certification Data Requirements Specified In Di-misc-81020, The Following Material Certification Requirements Apply:
3.16.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The
material Supplied.
3.16.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or
mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used
during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material
must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, The
original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below.
traceability Marking ________________________________________________ (marking On Finished Item)
is Fabricated From Raw Material Identified To
heat/lot Number ______________ And Heat Treat Number ______________________ (when Applicable)
_________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.)
3.16.3 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract
requirements. Transcription Of Certification Data Is Prohibited.
3.16.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable.
3.16.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.17 Material Handling - The Written Material Control Process Must Include The Following:
3.17.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.17.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.17.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate
material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability
marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.17.4 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In
di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material.
3.17.5 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking
location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.18 Receiving Inspection -
3.18.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To
another Location.
3.18.2 Receiving Inspection Must Include As A Minimum -
verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports.
verification That Certification Test Reports Are Legible And Complete.
verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements.
3.19 Discrepancy Reporting -
3.19.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To
the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government.
3.20 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.20.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military
specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code),
table Iia (for Sample Size).
small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot.
3.20.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The
government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above.
3.20.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification
test Reports Must Also Be 100% Inspected For Completeness And Legibility.
3.20.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible.
3.21 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address And Date.
2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12)
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable).
5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed
satisfactorily.
9. Contractor's Or Authorized Personnel's Signature.
4. Quality Assurance
4.1 Notes To The Contractor -
4.1.1 The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. The Departure Must Be
considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Record Of These Departures, Traceable To The Applicable Part Number And
contract Number Must Be Submitted To The Pco.
4.1.3 The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions, And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That He Material Supplied
conforms To The Specified Requirements.
6.1.7 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks). Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.8 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.9 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.10 A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.11 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.12 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.13 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.14 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function
6.1.15 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.16 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.17 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;- 10/20/2016 - Updated Ecds Url
- Nov 15 2011 - Combined 304/304l And 316/316l Niins Meeting Chem/mech Of Both - Dual Marking
- Feb 03 2011 - Clarified Intergranular Corrosion Test On Raw Stock
- Oct 22 2012 - Identified Intergranular Corrosion Test Material Classes
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- May 02 2009 - Added Lubricants And Sealants To The C Of C
- Aug 27 2014 - Took Out Contractor's Phone Number Requirement
- May 16 2013 - Removed Gsi From This Material.
- Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq
block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq
block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2.2 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=astm-b666 | | | |201101|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=sae Ams 2806 | | |c |080301|a| | |
document Ref Data=sae Ams 2807 | | |a |000901|a| | |
document Ref Data=sae Ams 2809 | | |a |070801|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=sae Ams-std-185 | | | |000901|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=sae Ams-qq-s-763 | | |d |150301|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
3. Requirements
3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Sae-ams-qq-s-763 Except As Amplified Or Modified Herein. Sae-ams-qq-s-763 Ordering Data Information Is Provided Below:
(a) Steel Bars, Wire, Shapes, And Forgings, Corrosion Resisting Steel; Sae-ams-qq-s-763.
(b) Class - ;316/316l Condition A (must Meet The Chemical And Mechanical Properties Of Both Classes); Condition - ;a; Form - ;bar, 4 Inches (round); Finish - Any Appropriate Finish Option Of Sae-ams-qq-763 Except Hot Finished, Scale Not Removed.
(c) Melting Practice - Electric Furnace, Electric Induction, Vacuum Furnace, Electroslag Remelt (esr), Or Argon Oxygen Decarburization (aod). Other Suitable Commercial Processes Must Be Submitted And Navy Approved Before They May Be Used.
(d) Special Cleaning Processes Are Not Applicable.
(e) Allowances For Machining Are Not Applicable.
(f) Major Stress Surface Areas Of The Finished Part Are Not Applicable.
(g) Low Magnetic Permeability Is Required For 300 Series Austenitic Corrosion Resistant Steels When Ordered In The Annealed Condition. The Relative Magnetic Permeability Must Be Determined And Must Not Exceed 2.0 (air - 1.0). Low Magnetic Permeability Is Not
required For Conditions B, H, Or T Unless Otherwise Specified.
(h) Length - Under 5" Dia. = 8 Feet Min / 12 Feet Max (plus Or Minus 10%) 5" Dia & Over = 5 Feet Min / 12 Feet Max (plus Or Minus 10%) Or As Specified Elsewhere In The Contract/purchase
(i) Forgings Are Not Applicable.
(j) Identification Marking Is Required In Accordance With Paragraph 3.10.1 Of Sae-ams-qq-s-763 And As Further Defined Elsewhere In This Contract/purchase Order.
(k) Lot Definitions Of Forgings Are Not Applicable.
(l) More Than The Usual Number Of Macrostructure Tests Is Not Required.
(m) Forging Prolongations For Testing Are Not Applicable.
(n) One Retest Is Permitted In Accordance With Paragraph 4.5.5 Of Sae-ams-qq-s-763.
(o) Packaging And Packing Requirements Must Be As Specified Elsewhere In The Contract/purchase Order.
(p) Special Marking For Shipment Must Be As Specified Elsewhere In The Contract/purchase Order.
3.2 Bar, Pipe, And Tube Quantities - When This Order Results In Supplying Fewer Than 5 Pieces As Defined In The "length" Paragraph Above, All Material Must Be From A Single Heat Of Material.
3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below.
test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining)
item - ;bar, Metal (one Sample From Each Lot);
performance - Sae-ams-qq-s-763
acceptance - Sae-ams-qq-s-763
3.4 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
3.5 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government Inelectronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.5.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. Requests Must Include The
information Listed Below.
a. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor.
b. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration.
c. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To Theoperational Use Of The Product.
d. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance.
3.5.2 Requests For Waivers/deviations For Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/
3.5.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
a. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification.
b. A Complete Description Of The Change To Be Made And The Need For That Change.
c. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis.
d. Proposed Changes To Documents Controlled By The Government.
e. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration.
f. Recommendations About The Way A Retrofit Should Be Accomplished.
g. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of Theproduct.
h. Impacts To The Operational Use Of The Product.
i. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
j. Milestones Relating To The Processing And Implementation Of The Engineeringchange.
3.6 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. ^ Quality Assurance Requirements ^
3.7 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected,
identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance
criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer.
3.8 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate.
3.8.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government To Determine The System's Effectiveness In Meeting The Quality Requirements
established In The Contract/purchase Order.
3.8.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon Notification, Make His Facilities
available For Audit By The Contracting Officer Or His Authorized Representative.
3.8.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of
any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement.
3.8.4 This Contract Provides For The Performance Of Government Quality Assurance At Destination. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer.
3.8.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco.
3.9 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And
rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected.
3.9.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made Available For
operations Of Such Devices And For Verification Of Their Accuracy And Condition.
3.9.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided By The
government.
3.10 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Any Purchasing Documents To A Subcontractor Must Cite The
applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility,
applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of This Order, Promptly Notify The Prime Contractor Who Will Notify The Pco So That Appropriate
planning For Government Inspection Can Be Accomplished.
3.10.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document.
3.10.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services
specified In The Purchase Order Or Contract.
3.10.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The
purchased Product On The End Item Represented By This Contract.
3.10.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be
established. Records Of This Effort Must Be Available For Review By The Government.
3.10.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier.
3.11 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following:
3.11.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.11.2 Inspection For Completeness And Proper Type.
3.11.3 Verification Of Material Quality Received.
3.11.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.11.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.11.6 Identification And Protection From Improper Use Or Disposition.
3.11.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And
necessity For Withholding The Material From Use.
3.11.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On
bailed Property Must Be Maintained.
3.11.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.12 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other
required Objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within
paragraph 3, Section C Of This Contract/purchase Order.
3.12.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That
implement The Material Control Requirements Stated Herein And Elsewhere In The Contract/purchase Order.
3.13 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must
provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of
operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component.
3.14 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. In Addition To The Marking Requirements On Applicable Specifications, Marking For Traceability Is Required. Pipe, Tube, And Metal Bar Must Have
both Permanent Marking And Temporary Marking Applied As Specified Below.
3.14.1 Permanent Marking - Permanent Traceability Marking Must Be Marked On Each End Of Each Pipe, Tube, And Metal Bar. (monel And K-monel Bar: 3/4 Inch To 1 Inch Rods, And 7/8 Inch Hex Bar May Be Marked On The Surface Near The End Of Bar/rod, And Rod Less
than 3/4 Inch And Hex Bar Less Than 7/8 Inch May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Tag Or Box.) All Traceability Marking Must Be Permanently Applied In Accordance With Mil-std-792. An Alternate Marking Method Is Permissible
provided It Is An Available Option In The Contractually Invoked Specification, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order, And Differs From That Specified In The Specification. Electric Arc Markin
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date23 Apr 2025
Tender AmountRefer Documents
Description: Contact Information|4|n743.4|wvb|717-605-1501 |amanda.l.bailey50.civ@us.navy.mil |
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8||x||x|||||
variation In Quantity (apr 1984)|3|0%|-5%|total Contract Quantity|
time Of Delivery (june 1997)|20|0001|2,250|365||||||||||||||||||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo-receiving Report & Invoice - Material|n/a|tbd|n00104|tbd|n39040|n50286 |tbd|133.2|n/a|n/a|s4306a - Material|n/a|n/a|see Dd1423|port_ptnh_wawf_notification@na
vy.mil|
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|365 Days After Acceptance Of Material|365 Days After Acceptance Of Material|||||
warranty Of Data--basic (mar 2014)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (mar 2025)(deviation 2025-o0003 And2025-o0004))|13|331221|1,000||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
1. Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mech.
2. Navsup Wss Mech Will Be Considering Past Performance In The Evaluation Of Offers. See Clause 252.213-7000.
3. The Following Proposed Delivery Schedule Applies:
submission Of All Certification Data Cdrls 20 Days Prior To Delivery.
pnsy Review/acceptance Of Certification Cdrls After Receipt
final Delivery Of Material (365 Days)
please Quote Actual Delivery Days
early And Incremental Delivery Is Acceptable At No Additional Cost To The Government.
4. A Variation In Quantity Of -5% Of The Total Contract Quantity Is Allowed. See Far 52.211-16 For Further Details.
5. Far 52.232-25(a)(5), Entitled Prompt Payment, Constructive Acceptance Ischanged From 7 Days To 45 Days After Delivery Of The Supplies In Accordancewith The Terms And Conditions Of The Contract.
6. This Requirement Has No Government Source Inspection. Inspection And Acceptance Will Occur At Destination/destination.
7. This Procurement Is Issued Pursuant To Emergency Acquisition Flexibilities.
8. This Is A Combined Solicitation For Multiple Related Items In Accordance With Far 13.101(b)(1). Multiple Awards Will Be Made On An Item By Determination. Offerors May Respond To As Many Line Items As They Prefer; However, Offerors Are Advised That Quotes Should Not Contain Quantity Discounts For Multiple Combined Items As This May Result In Award At An Unreasonably Low Value.
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2.2 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
document Ref Data=astm-e18 | | | |200201|a| | |
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=astm-b666 | | | |201101|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=sae Ams 2806 | | |c |080301|a| | |
document Ref Data=sae Ams 2807 | | |a |000901|a| | |
document Ref Data=sae Ams 2809 | | |a |070801|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=sae Ams-std-185 | | | |000901|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=sae Ams-qq-s-763 | | |d |150301|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
3. Requirements
3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Sae-ams-qq-s-763 Except As Amplified Or Modified Herein. Sae-ams-qq-s-763 Ordering Data Information Is Provided Below:
(a) Steel Bars, Wire, Shapes, And Forgings, Corrosion Resisting Steel; Sae-ams-qq-s-763.
(b) Class - ;304/304l Condition A (must Meet The Chemical And Mechanical Properties Of Both Classes); Condition - ;a; Form - ;bar, 1 3/4 Inches (round); Finish - Any Appropriate Finish Option Of Sae-ams-qq-763 Except Hot Finished, Scale Not Removed.
(c) Melting Practice - Electric Furnace, Electric Induction, Vacuum Furnace, Electroslag Remelt (esr), Or Argon Oxygen Decarburization (aod). Other Suitable Commercial Processes Must Be Submitted And Navy Approved Before They May Be Used.
(d) Special Cleaning Processes Are Not Applicable.
(e) Allowances For Machining Are Not Applicable.
(f) Major Stress Surface Areas Of The Finished Part Are Not Applicable.
(g) Low Magnetic Permeability Is Required For 300 Series Austenitic Corrosion Resistant Steels When Ordered In The Annealed Condition. The Relative Magnetic Permeability Must Be Determined And Must Not Exceed 2.0 (air - 1.0). Low Magnetic Permeability Is Not
required For Conditions B, H, Or T Unless Otherwise Specified.
(h) Length - Under 5" Dia. = 8 Feet Min / 12 Feet Max (plus Or Minus 10%) 5" Dia & Over = 5 Feet Min / 12 Feet Max (plus Or Minus 10%) Or As Specified Elsewhere In The Contract/purchase
(i) Forgings Are Not Applicable.
(j) Identification Marking Is Required In Accordance With Paragraph 3.10.1 Of Sae-ams-qq-s-763 And As Further Defined Elsewhere In This Contract/purchase Order.
(k) Lot Definitions Of Forgings Are Not Applicable.
(l) More Than The Usual Number Of Macrostructure Tests Is Not Required.
(m) Forging Prolongations For Testing Are Not Applicable.
(n) One Retest Is Permitted In Accordance With Paragraph 4.5.5 Of Sae-ams-qq-s-763.
(o) Packaging And Packing Requirements Must Be As Specified Elsewhere In The Contract/purchase Order.
(p) Special Marking For Shipment Must Be As Specified Elsewhere In The Contract/purchase Order.
3.2 ;hardness Must Be Checked In Accordance With Astm E18. Hardness Must Not Exceed Rockwell B95. In Addition, The Tensile Strength Must Be Between 75 Ksi Minimum And 100 Ksi Maximum For The Material.;
3.3 Bar, Pipe, And Tube Quantities - When This Order Results In Supplying Fewer Than 5 Pieces As Defined In The "length" Paragraph Above, All Material Must Be From A Single Heat Of Material.
3.4 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below.
test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining)
item - ;bar, Metal (one Sample From Each Lot);
performance - Sae-ams-qq-s-763
acceptance - Sae-ams-qq-s-763
3.5 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
3.6 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government Inelectronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.6.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. Requests Must Include The
information Listed Below.
a. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor.
b. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration.
c. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To Theoperational Use Of The Product.
d. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance.
3.6.2 Requests For Waivers/deviations For Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/
3.6.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
a. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification.
b. A Complete Description Of The Change To Be Made And The Need For That Change.
c. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis.
d. Proposed Changes To Documents Controlled By The Government.
e. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration.
f. Recommendations About The Way A Retrofit Should Be Accomplished.
g. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of Theproduct.
h. Impacts To The Operational Use Of The Product.
i. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
j. Milestones Relating To The Processing And Implementation Of The Engineeringchange.
3.7 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. ^ Quality Assurance Requirements ^
3.8 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected,
identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance
criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer.
3.9 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate.
3.9.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government To Determine The System's Effectiveness In Meeting The Quality Requirements
established In The Contract/purchase Order.
3.9.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon Notification, Make His Facilities
available For Audit By The Contracting Officer Or His Authorized Representative.
3.9.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of
any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement.
3.9.4 This Contract Provides For The Performance Of Government Quality Assurance At Destination. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer.
3.9.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco.
3.10 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And
rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected.
3.10.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made Available For
operations Of Such Devices And For Verification Of Their Accuracy And Condition.
3.10.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided By The
government.
3.11 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Any Purchasing Documents To A Subcontractor Must Cite The
applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility,
applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of This Order, Promptly Notify The Prime Contractor Who Will Notify The Pco So That Appropriate
planning For Government Inspection Can Be Accomplished.
3.11.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document.
3.11.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services
specified In The Purchase Order Or Contract.
3.11.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The
purchased Product On The End Item Represented By This Contract.
3.11.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be
established. Records Of This Effort Must Be Available For Review By The Government.
3.11.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier.
3.12 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following:
3.12.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.12.2 Inspection For Completeness And Proper Type.
3.12.3 Verification Of Material Quality Received.
3.12.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.12.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.12.6 Identification And Protection From Improper Use Or Disposition.
3.12.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And
necessity For Withholding The Material From Use.
3.12.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On
bailed Property Must Be Maintained.
3.12.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.13 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other
required Objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within
paragraph 3, Section C Of This Contract/purchase Order.
3.13.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That
implement The Material Control Requirements Stated Herein And Elsewhere In The Contract/purchase Order.
3.14 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must
provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of
operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component.
3.15 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. In Addition To The Marking Requirements On Applicable Specifications, Marking For Traceability Is Required. Pipe, Tube, And Metal Bar Must Have
both Permanent Marking And Temporary Marking Applied As Specified Below.
3.15.1 Permanent Marking - Permanent Traceability Marking Must Be Marked On Each End Of Each Pipe, Tube, And Metal Bar. (monel And K-monel Bar: 3/4 Inch To 1 Inch Rods, And 7/8 Inch Hex Bar May Be Marked On The Surface Near The End Of Bar/rod, And Rod Less
than 3/4 Inch And Hex Bar Less Than 7/8 Inch May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Tag Or Box.) All Traceability Marking Must Be Permanently Applied In Accordance With Mil-std-792. An Alternate Marking Method Is Permissible
provided It Is An Available Option In The Contractually Invoked Specification, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order, And Differs From That Specified In The Specification. Electric Arc Marking Or Impression
marking Is Strictly Prohibited On Thin Wall Tubing. (wall Thickness Of Less Than 0.125 Inch).
3.15.2 Temporary Marking - Temporary Marking Must Consist Of:
name Or Trademark Of Manufacturer, Specification And Grade (as Applicable), Size, Contract Number, And The Traceability Marking. Pipe And Tube Marking Must Also Include Sml (for Seamless). Marking Must Be In Accordance With The Material Specification And
sae-ams-2806, Sae-ams-2807, Sae-ams-2809, Table I Of Sae-ams-std-185, Or Astm-b666 As Applicable. Application Must Be In Accordance With Mil-std-792, Type A (temporary Ink Stenciling). An Alternate Method Is Permissible For Monel And K-monel Bar Provided It
is An Available Option (temporary Marking Only) In The Applicable Material Specification, Except That Hot Finished Rod With Rough Ground Surface 3/4 Inch And Under May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Bag Or Box.
contamination Levels For Ink Stenciling Must Be As Outlined In Paragraph 5.2 Of Mil-std-792.
3.16 See Cdrl Di-misc-81020 (chemical And Mechanical) - Material Certification - In Addition To The Certification Data Requirements Specified In Di-misc-81020, The Following Material Certification Requirements Apply:
3.16.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The
material Supplied.
3.16.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or
mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used
during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material
must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, The
original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below.
traceability Marking ________________________________________________ (marking On Finished Item)
is Fabricated From Raw Material Identified To
heat/lot Number ______________ And Heat Treat Number ______________________ (when Applicable)
_________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.)
3.16.3 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract
requirements. Transcription Of Certification Data Is Prohibited.
3.16.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable.
3.16.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.17 Material Handling - The Written Material Control Process Must Include The Following:
3.17.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.17.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.17.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate
material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability
marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.17.4 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In
di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material.
3.17.5 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking
location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.18 Receiving Inspection -
3.18.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To
another Location.
3.18.2 Receiving Inspection Must Include As A Minimum -
verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports.
verification That Certification Test Reports Are Legible And Complete.
verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements.
3.19 Discrepancy Reporting -
3.19.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To
the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government.
3.20 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.20.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military
specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code),
table Iia (for Sample Size).
small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot.
3.20.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The
government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above.
3.20.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification
test Reports Must Also Be 100% Inspected For Completeness And Legibility.
3.20.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible.
3.21 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address And Date.
2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12)
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable).
5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed
satisfactorily.
9. Contractor's Or Authorized Personnel's Signature.
4. Quality Assurance
4.1 Notes To The Contractor -
4.1.1 The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. The Departure Must Be
considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Record Of These Departures, Traceable To The Applicable Part Number And
contract Number Must Be Submitted To The Pco.
4.1.3 The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions, And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That He Material Supplied
conforms To The Specified Requirements.
6.1.7 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks). Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.8 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.9 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.10 A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.11 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.12 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.13 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.14 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function
6.1.15 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.16 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.17 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;- 10/20/2016 - Updated Ecds Url
- Nov 15 2011 - Combined 304/304l And 316/316l Niins Meeting Chem/mech Of Both - Dual Marking
- Feb 03 2011 - Clarified Intergranular Corrosion Test On Raw Stock
- Oct 22 2012 - Identified Intergranular Corrosion Test Material Classes
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- May 02 2009 - Added Lubricants And Sealants To The C Of C
- Aug 27 2014 - Took Out Contractor's Phone Number Requirement
- May 16 2013 - Removed Gsi From This Material.
- Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq
block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq
block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2.2 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
document Ref Data=astm-e18 | | | |200201|a| | |
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=astm-b666 | | | |201101|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=sae Ams 2806 | | |c |080301|a| | |
document Ref Data=sae Ams 2807 | | |a |000901|a| | |
document Ref Data=sae Ams 2809 | | |a |070801|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=sae Ams-std-185 | | | |000901|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=sae Ams-qq-s-763 | | |d |150301|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
3. Requirements
3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Sae-ams-qq-s-763 Except As Amplified Or Modified Herein. Sae-ams-qq-s-763 Ordering Data Information Is Provided Below:
(a) Steel Bars, Wire, Shapes, And Forgings, Corrosion Resisting Steel; Sae-ams-qq-s-763.
(b) Class - ;316/316l Condition A (must Meet The Chemical And Mechanical Properties Of Both Classes); Condition - ;a; Form - ;bar, 2 1/2 Inches (round); Finish - Any Appropriate Finish Option Of Sae-ams-qq-763 Except Hot Finished, Scale Not Removed.
(c) Melting Practice - Electric Furnace, Electric Induction, Vacuum Furnace, Electroslag Remelt (esr), Or Argon Oxygen Decarburization (aod). Other Suitable Commercial Processes Must Be Submitted And Navy Approved Before They May Be Used.
(d) Special Cleaning Processes Are Not Applicable.
(e) Allowances For Machining Are Not Applicable.
(f) Major Stress Surface Areas Of The Finished Part Are Not Applicable.
(g) Low Magnetic Permeability Is Required For 300 Series Austenitic Corrosion Resistant Steels When Ordered In The Annealed Condition. The Relative Magnetic Permeability Must Be Determined And Must Not Exceed 2.0 (air - 1.0). Low Magnetic Permeability Is Not
required For Conditions B, H, Or T Unless Otherwise Specified.
(h) Length - Under 5" Dia. = 8 Feet Min / 12 Feet Max (plus Or Minus 10%) 5" Dia & Over = 5 Feet Min / 12 Feet Max (plus Or Minus 10%) Or As Specified Elsewhere In The Contract/purchase
(i) Forgings Are Not Applicable.
(j) Identification Marking Is Required In Accordance With Paragraph 3.10.1 Of Sae-ams-qq-s-763 And As Further Defined Elsewhere In This Contract/purchase Order.
(k) Lot Definitions Of Forgings Are Not Applicable.
(l) More Than The Usual Number Of Macrostructure Tests Is Not Required.
(m) Forging Prolongations For Testing Are Not Applicable.
(n) One Retest Is Permitted In Accordance With Paragraph 4.5.5 Of Sae-ams-qq-s-763.
(o) Packaging And Packing Requirements Must Be As Specified Elsewhere In The Contract/purchase Order.
(p) Special Marking For Shipment Must Be As Specified Elsewhere In The Contract/purchase Order.
3.2 ;hardness Must Be Checked In Accordance With Astm E18. Hardness Must Not Exceed Rockwell B95. In Addition, The Tensile Strength Must Be Between 75 Ksi Minimum And 100 Ksi Maximum For The Material.;
3.3 Bar, Pipe, And Tube Quantities - When This Order Results In Supplying Fewer Than 5 Pieces As Defined In The "length" Paragraph Above, All Material Must Be From A Single Heat Of Material.
3.4 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below.
test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining)
item - ;bar, Metal (one Sample From Each Lot);
performance - Sae-ams-qq-s-763
acceptance - Sae-ams-qq-s-763
3.5 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
3.6 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government Inelectronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.6.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. Requests Must Include The
information Listed Below.
a. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor.
b. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration.
c. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To Theoperational Use Of The Product.
d. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance.
3.6.2 Requests For Waivers/deviations For Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/
3.6.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
a. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification.
b. A Complete Description Of The Change To Be Made And The Need For That Change.
c. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis.
d. Proposed Changes To Documents Controlled By The Government.
e. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration.
f. Recommendations About The Way A Retrofit Should Be Accomplished.
g. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of Theproduct.
h. Impacts To The Operational Use Of The Product.
i. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
j. Milestones Relating To The Processing And Implementation Of The Engineeringchange.
3.7 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. ^ Quality Assurance Requirements ^
3.8 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected,
identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance
criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer.
3.9 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate.
3.9.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government To Determine The System's Effectiveness In Meeting The Quality Requirements
established In The Contract/purchase Order.
3.9.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon Notification, Make His Facilities
available For Audit By The Contracting Officer Or His Authorized Representative.
3.9.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of
any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement.
3.9.4 This Contract Provides For The Performance Of Government Quality Assurance At Destination. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer.
3.9.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco.
3.10 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And
rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected.
3.10.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made Available For
operations Of Such Devices And For Verification Of Their Accuracy And Condition.
3.10.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided By The
government.
3.11 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Any Purchasing Documents To A Subcontractor Must Cite The
applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility,
applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of This Order, Promptly Notify The Prime Contractor Who Will Notify The Pco So That Appropriate
planning For Government Inspection Can Be Accomplished.
3.11.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document.
3.11.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services
specified In The Purchase Order Or Contract.
3.11.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The
purchased Product On The End Item Represented By This Contract.
3.11.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be
established. Records Of This Effort Must Be Available For Review By The Government.
3.11.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier.
3.12 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following:
3.12.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.12.2 Inspection For Completeness And Proper Type.
3.12.3 Verification Of Material Quality Received.
3.12.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.12.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.12.6 Identification And Protection From Improper Use Or Disposition.
3.12.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And
necessity For Withholding The Material From Use.
3.12.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On
bailed Property Must Be Maintained.
3.12.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.13 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other
required Objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within
paragraph 3, Section C Of This Contract/purchase Order.
3.13.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That
implement The Material Control Requirements Stated Herein And Elsewhere In The Contract/purchase Order.
3.14 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must
provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of
operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component.
3.15 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. In Addition To The Marking Requirements On Applicable Specifications, Marking For Traceability Is Required. Pipe, Tube, And Metal Bar Must Have
both Permanent Marking And Temporary Marking Applied As Specified Below.
3.15.1 Permanent Marking - Permanent Traceability Marking Must Be Marked On Each End Of Each Pipe, Tube, And Metal Bar. (monel And K-monel Bar: 3/4 Inch To 1 Inch Rods, And 7/8 Inch Hex Bar May Be Marked On The Surface Near The End Of Bar/rod, And Rod Less
than 3/4 Inch And Hex Bar Less Than 7/8 Inch May Be Bundled And Tagged Or Boxed With The Traceability Ma
5381-5390 of 5470 archived Tenders