Oxygen Tenders

City Of Bayawan Tender

Machinery and Tools
Philippines
Closing Date22 May 2025
Tender AmountPHP 476.6 K (USD 8.5 K)
Details: Description Republic Of The Philippines Province Of Negros Oriental City Of Bayawan Bid No.:np-pb 25-b-183 Bids And Awards Committee Date:may 07,2025 Invitation To Bid Sealed Bids For Quotation Of Prices Will Be Received For The Purchase Of The Following Supplies, Materials And Equipment Of The Government To Be Opened On The Date, Place, And Time Stated In Instruction To Bidders. Item No. Item Description Qty. Unit Additional Attribute Unit Cost Total Other Supplies And Materials Lot I Appliances 30,000.00 1 Refrigerator, 2-door, Top Freezer, No Frost, 10-12 Cu. Ft,, Inverter 1 Unit Lot Ii Carpentry Tools And Supplies 16,000.00 2 Gypsum Screw, 25mm (1000pcs/box) 5 Box 3 Solvent Cement , 100cc 10 Can 4 Ppr Pipe White 1/2 Inch 1 Lenght, White 1/2 Inch 1 Lenght 10 Piece 5 Sanitary Pvc Pipe , Series 1000, 3 Inches, 1 Lenght 10 Piece 6 Sanitary Pvc Pipe, Series 1000, 4 Inches, 1 Length 10 Piece Lot Iii Cleaning Equipment And Supplies 3,150.00 7 Cleaning Brush, 3 Inches 5 Piece 8 Cleaning Brush, 1 Inch 10 Piece 9 Apron, For Salon (good Quality) 6 Piece With Stitched Pocket For Combs And Scissors Lot.iv Electrical Supplies And Materials 69,133.00 10 C-clamp/clip, Pvc, 20mm Diameter, With Concrete Nails (100s/pack) 5 Pack 11 C-clamp/clip, Pvc, 25mm Diameter, With Concrete Nails (100s/pack) 5 Pack 12 Junction Box, 100mm X 100mm, W/ Cover & Screw, Octagonal 20 Piece 13 Pipe, Pvc, Electrical, 20mm Dia X 3m, Thickwall, Orange 50 Length 14 Utility Box, Pvc, 50mm X 100mm, Flush Type 20 Piece 15 Pipe, Pvc, Electrical, 25mm Dia X 3m, Thickwall, Orange 20 Length 16 Pipe Connector, Pvc, Electrical, 20mm Dia (100s/pack) 5 Pack 17 Pipe Connector, Pvc, Electrical, 25mm Dia (100s/paclk) 5 Pack 18 Electrical Tape, Vinyl, 177mm X 3/4inch / 19mm X 16m, Flame Retardant, 600v 12 Roll 19 Thw Wire, #12 (3.5mm2), Stranded (150m/roll), White 1 Roll 20 Thw Wire, #12 (3.5mm²), Stranded (150m/box), Green 1 Roll 21 Socket, Plastic, 106mm, E27 25 Piece 22 Distribution Panel Board, Center Main 4 Branches Bolt-on, Flush-type Mounted 60a 4 Unit 23 Switch, Light, Flush Type, 2 Gang, With Plate, Bracket, Cover & Screw 5 Set 24 Switch, Light, Flush Type, 3 Gang, With Plate Bracket, Cover & Screw 5 Set 25 Switch, Light, 3 Way, Flush Type, W/ Plate, Bracjket, Cover & Screw, Single Gang 6 Set 27 Digital Earth Tester 4105a, Earth Resistance Tester Grounding Resistance Meter 20/200/2000 Ohms, Dimension: 7x4x3x2.3 Inches 2 Piece Lot. V Gas And Gases For Oxygen And Acetylene Only 39,000.00 28 "oxy-lpg Cylinder Tank, For Welding Purposes, Contents:15.3kg Height:71cm Diameter:32cm Gross Weight:46kg" 2 Set 29 "oxy-acetylene Cylinder Tank, For Welding Purposes Content(kg):46.5kg Height:125cm Diameter:38cm Gross Weight(kg):108kg Outlet Connection:5/8” Bsp Female Left Hand Cone Recessed" 1 Set Lot. Vi Glass, Door And Window Supplies 33,000.00 30 Dark Glass, #10 900 Piece 31 Clear Glass, 4mm Thickness 500 Piece Lot. Viii Light Vehicle Parts And Supplies 51,750.00 44 Carburetor Assembly , 4k Engine 1 Piece 45 Distributor Assembly , 4k Engine, Cdi Type 1 Piece 46 Spark Plug , 6es 5 Piece 47 Carburetor Assembly , Multicab F6a Engine 1 Piece 48 Engine Assembly , With Transmission Diesel 2c Engine 1 Unit Lot. Ix Other Machinery And Equipment 37,341.00 49 Electric Drill 400 Watts, 220-240 Volts, Frequency: 50/60 Hz, 400 Watts, 220-240 Volts, Frequency: 50/60 Hz 3 Piece 50 Analog Multi-tester Yx360 Trf, Resistance Measurement Up To 200m Ohms Dimension: 12.2 X 3.8 X 5.5cm, Resistance Measurement Up To 200m Ohms Dimension: 12.2 X 3.8 X 5.5cm 3 Piece 51 Digital Multi-tester 800a 3-3/4 Digits 4000 Count, Ac Frequency Bandwidth: 40 To 400 Hz, 800a 3-3/4 Digits 4000 Count, Ac Frequency Bandwidth: 40 To 400 Hz 3 Piece 52 Heat Gun 1800 Watts, Temperature: 50-600 Degree Celcius Airflow 250 To 600 , Temperature: 50-600 Degree Celcius Airflow 250 To 600 3 Piece Lot. X Other Supplies 9,305.00 53 Soldering Paste Flux, Smd, 50ml. 4 Bottle 54 Ferric Chloride, Pure, 100ml. 4 Bottle 55 Denatured Alcohol, 1 Gallon 2 Gallon 56 Nail Brush, For Nails, Small 6 Piece 57 Nail Polish, Assorted Colors,12 Ml/bottle (good Quality) 15 Piece 58 Nail Polish, Colorless (good Quality) 10 Piece 59 Double- Sided Nail Files, 7- Inch Black Manicure And Pedicure Tools, Pack 10 Pack 60 Acetone , 60 Ml/bottle 10 Pack 61 Benzalkonium Chloride, (merthiolate) 60m/bottle 10 Bottle 62 Absorbent Cotton , Roll 150 Grams/pack 10 Pack 63 High Tension Wire , 4k 1 Piece Lot. Xi Power Tools, Equipment And Accessories 188,000.00 64 Arc Welding Machine , Ac/dc, Model Tig-250 5 Piece ***nothing Follows*** Grand Total 476,679.00 Place Of Delivery: Fob Bayawan, City Warehouse Form And Amount Of Bid Security: I Hereby Certify That The Above Articles Are Equally Carried In Stock By Me In Quantities Above Stated Except Those Marked "none". Terms And Conditions Specified In The Annex Of This Form Are Herein Accepted. The Quantity Shown And Prices As Quoted Are Hereby Offered. ___________________________ Name Of Business/company Address/contact Number Evaluation: Bids And Awards Committee _________ Virginia D. Sadiasa, Chairman Wilfredo C. Tuale, Member _________ Saturnino T. Dayanan, Vice-chairman Corazon P. Lirazan,member ________ Ernesto N. Dinopol,jr.,member _________ Nefredo Camillo A. Villarubia,member "republic Of The Philippines Province Of Negros Oriental City Of Bayawan" Bids And Awards Committee "(035) 531-0020 Local 202 (035) 430-0439 (telefax) Email: Bac.bayawan@gmail.com Http://www.bayawancity.gov.ph" Invitation For Negotiated Procurement For Two-failed Biddings The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers / Manufacturers / Distributors / Contractors To Bid For The Hereunder Projects: Itb No. Pr No. Project Name Total Abc Of Project Source Of Funds Np/pb 25-b-183 Pr 100-25-02-106 Supply And Delivery Of Other Supplies & Materials For Tesda Skills Training Programs.(ccmdo) 476,679.00 General Fund Basis Of Evaluation Per Lot Per Item The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Biddings Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No.9184. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline To The Bac And Which Would Meet The Minimum Technical Specifications Required. Bid Documents Shall Be Available At The Bac Office, New City Hall, Lgu Bayawan City Upon Payment Of Prescribed Non-refundable Fee Of Php 1,000.00 Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule Issuance Of Bid Documents May 07, 2025 To May 21, 2025@ 5:00 P.m. Closing Date Of Issuance Of Bid Documents/rfq May 21, 2025@ 5:00 P.m. Date Of Bid Opening May 22, 2025@ 9:00 Am Approved: Virginia D. Sadiasa City Civil Registrar Bac Chairman Received By: Name & Signature: Name Of Business: Date:

Department Of Environment And Natural Resources - DENR Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date6 Jun 2025
Tender AmountPHP 1.7 Million (USD 31.2 K)
Details: Description Underwater Camera Digital Camera And Salted Line Housing, Trays, Clams, Lights - 1 Unit "specifications: Sensor: 24.2mp Aps-c Exmor Cmos (23.5 X 15.6 Mm) Image Processor: Bionz X Iso Range: 100–32,000 (expandable To 102,400) Autofocus: 425 Phase-detection And 425 Contrast-detection Points; Real-time Eye Af And Real-time Tracking Continuous Shooting: Up To 11 Fps With Af/ae Tracking Video Recording: 4k Uhd At 30p With Full Pixel Readout And No Pixel Binning 1080p Full Hd Up To 120 Fps For Slow-motion Viewfinder: 2.36m-dot Oled Electronic Viewfinder Lcd Screen: 3.0-inch 921k-dot Touchscreen Lcd, Tiltable 180° Upward And 74° Downward Storage Media: Sd/sdhc/sdxc (uhs-i Compliant) Battery: Np-fw50 Rechargeable Battery Dimensions: 120 X 66.9 X 49.9 Mm Weight: 403 G (with Battery And Memory Card) Sony Electronics" Underwater Digital Camera - 3 Units "specifications: Effective Resolution (approx.) - 12 Mp Processor - Truepic™ Viii Af System - Ttl Iesp Auto Focus With Contrast Detection Iso - 100 To 1600 In Auto Mode (extended: 100 To 12,800) Sequential Shooting - Speed (h) Approx. 20fps Max. Number Of Frames: Raw 46 / Jpg: 74 | Speed (l) 5fps -max. Number Of Frames: Raw 115 / Jpg: Up To Card Capacity Video Quality - C4k Full Hd Monitor Display Size - 3.0"" Resolution: 1,037,000 Dot. Display Type: Fixed Lcd Waterproof - 15m (water Pressure Equivalent To Depth)" Underwater Housing Case - 3 Units "specification: Maximum Depth: 100 Meters (328 Feet) Main Body And Back Cover Material: Corrosion-resistant Aluminum Alloy, Anodized Port Material: Pom And Corrosion-resistant Aluminum Alloy, Anodized Lever, Buttons, Dials Material: Pom Pclens, Flash Window, Lcd Window Material: Hard Coat Acrylic Screws, Springs, Shafts Material: Stainless Steel, Galvanized Size (housing): 25mm X D126mm X H102.75mm Weight: 926g (land); 335g (freshwater W/camera)" Underwater Digital Camera Battery - 8 Units "specifications: Li-92b Lithium-ion Battery" Digital Camera Battery - 3 Units "specifications: Np-fw50 W-series Rechargeable Battery " Underwater Digital Camera Color Filter (red And Magenta) - 2 Units Underwater Digital Camera Wide Angle Lens And Conversion Lens - 5 Units "specification: 0.45x High Definition Super Wide Angle Lens W/macro" Action Camera - 2 Units "specification Casing Housing 50m 1 Extra Battery With Charger 64 Gb Sd Card Handle" Action Camera - 2 Units "specifications Dimensions - 71.8 W X 50.8 H X 33.6 D (mm) System Processor - Gp2 Image Sensor - 1/1.9"" Cmos, 27.6 Mp Active Pixels (5599x4927) Lens Aperture - F2.5 35mm Equivalent Focal Length - Min = 12mm, Max = 39mm Connector - Usb-c Hdmi Port - Media Mod (h9b/h10b/h11b/h12b) Displays - Rear: 2.27"" Touch Display, Front: 1.4"" Color Display Rugged + Waterproof - 10m (33ft) Mounting - Built-in Mounting With Folding Fingers ¼-20 Mount " Sd Card - 2 Pcs "specification: 64 Gb 1 Microsd™ With At Least V30 Or Higher Uhs-3 Rating" Battery - 4 Pcs "specification: Removable 1900mah Enduro Battery" Lot 2 Laptop - 2 Units "specifications Intel® Core™ I7-14700hx Processor 16gb Ram 512gb Ssd 16.0"" Display Nvidia® Geforce Rtx™ 4060 Finetip Rgb-backlight Keyboard Windows 11 Home With Wireless Mouse, Mouse Pad, And Bag" Computer Case/cpu - 2 Units "specifications: 10-core Cpu 10-core Gpu 24gb Unified Memory 512gb Ssd Storage Footnote 16-core Neural Engine Front: Two Usb‑c Ports, Headphone Jack Back: Three Thunderbolt 4 Ports, Hdmi Port, Gigabit Ethernet Port" 4k Hdr Monitor - 2 Units "display Size (diagonal) 71.12 Cm (28"") Aspect Ratio 16:9 Resolution (native) 4k Uhd (3840 X 2160) Resolutions Supported 1024 X 768; 1280 X 1024; 1440 X 900; 1600 X 900; 1920 X 1080; 1920 X 1200; 2560 X 1440; 3840 X 2160; 640 X 480; 720 X 400; 800 X 600 Pixel Pitch 0.116 Mm Brightness 400 Nits Contrast Ratio 1000:1 Response Time (typical) 4ms Gtg (with Overdrive)" Desktop Mechanical Keyboard - 2 Units Wired Mouse - 2 Units Ups - 2 Units "specification Capacity: 650va / 325w Output Sockets: 3 X Iec C13 Battery Backup Time: ~10–15 Minutes For A Basic Load (e.g., Router + Pc) Topology: Line-interactive Input Voltage: 230v Surge Protection: Yes Automatic Voltage Regulation (avr): Yes Dimensions (hxwxd): 185 X 115 X 213 Mm Weight: 4.5 Kg" Lot 3 Agisoft Software (professional License) - 1 License "description: Agisoft Metashape Is A Stand-alone Software Product That Performs Photogrammetric Processing Of Digital Images And Generates 3d Spatial Data To Be Used In Gis Applications, Cultural Heritage Documentation, And Visual Effects Production As Well As For Indirect Measurements Of Objects Of Various Scales." Lot 4 Buoyancy Control Device (bcd) - 2 Units Specifications: -size: Small And Medium - 420 D Nylon - Wraparound Air Bladder - Can Fit Standard Single Tank Band With Nylon Buckle Keeps Tank - Padded Backpack - With Octopus Pocket On Each Side - Two Or More Velcro Pockets Fitted With Knife Attachment Grommets - Two Stainless Steel D-rings For Additional Gear. - With Optional Quick-release Weight Pouches For The Integrated Weight System Or A Weight Belt. - Equipped With A Balanced Power Inflator. Dive Computer - 4 Units Specifications: Multiple Diving Modes Air - For Everyday Diving. Nitrox - Single Gas Up To 40%. Three Gas Nitrox - Up To 100% Oxygen. Gauge - Depth, Time, Resettable Stop Watch Function. Design Features And Options High Resolution Uses Bühlmann Zhl-16c With Gradient Factors Intuitive Dive Planner Two Button Interface Wireless Battery Charging Wireless Data Transfer Smart Technology Screen & Battery Screen Resolution - 320 X 240 Qvga. Display Type - Full Colour Lcd. Display Size - 2.2"" / 5.59 Cm Battery Type - Rechargeable Li-ion Battery Battery Life - Up To 30 Hours (medium Brightness) Number Of Gases - 3 Oc. Dive Log - Approximately 200 Hours Depth Rating 120m (394ft). Dimensions Computer (wxhxd) 77mm X 68mm X 25mm (3.03” X 2.67”x 0.98”) Weight 122g (0.27 Lbs) Regulator, Octopus And Depth Gauge Set - 2 Units Specifications: First Stage: - Air Balanced Diaphragm Design - Marine Brass Body Has Internal Parts That Are Sealed - Two High Pressure, Two Low Pressure And Two High-flow Ports Maximize Hose Routing Options. - External Intermediate Pressure Adjustment Enables Technicians To Fine-tune Performance Quickly And Easily - 3364psi/232bar International Configuration. - Airflow At 2900psi/200bar: 5500 L/min - 195 Scfm. Second Stage: - Metal Valve Housing - Super-flow Hose Features Larger Inner Diameter To Increase Airflow - Reversible Hose Attachment - Ultra-comfortable Orthodontic Mouthpiece - Airflow At 2900psi/200bar: 1400 L/min - 50 Scfm. Octopus - Large Diaphragm - Yellow Super-flow Hose Is 39 Inches And Features An Oversized Bore To Increase Airflow - Reversible Hose Attachment Makes It Easy To Use On Deco Tanks. Gauge - Compact Pressure Gauge (0- 6000psi Or 0-400bar). - Oil-filled Analog Depth Gauge With Linear Bourdon Tube Design. - 26-degree Tilt, Oil-filled Compass. - Available In Imperial Or Metric. Wetsuit (personal Protective Equipment) - 2 Units Specifications: -thickness: 3mm -size: Large And Medium -made Of Nylon 2 Neoprene Rubber -glued And Blind-stitched -diagonal-cut Ykk Rear Zipper W/pull-tab Leash -abrasion-resistant Fabric On Shoulders, Seat And Knees -high-stretch Neoprene -double Zippered Seals At Wrists And Ankles Dive Mask And Snorkel (personal Protective Equipment) - 6 Units Specifications: Mask - Frameless Single-lens Design - Soft Silicone Skirt Uses A Double-seal System - Leak-proof Fit - Traditional Buckles Attach To The Skirt, Enabling The Mask To Be Folded Flat - Wide Headband Snorkel -mouthpiece And Flex Tube: Silicone -with Purge -dry Top -removable Mouthpiece Booties (personal Protective Equipment) - 4 Units Specifications: -sizes: Small (2 Pcs), Medium (1 Pc), Large (1 Pc) - 3mm Thickness - Neoprene - Cut Low - Hard-sole Boots Fins (personal Protective Equipment) - 3 Units Specifications: - Composite: Dual-material Plastic And Rubber Construction - Traditional Non-vented Paddle-style Blade - Adjustable Strap System Squeeze-style"" - Quick-release Buckles Straps: Large Heel Pull Tabs Wrist Compass (personal Protective Equipment) - 4 Units Specifications: – Low-profile Dive Compass – Rotating Bezel For Compass Bearing Determination – Side Window For The Direct Read – Fluorescent Dial

Province Of Negros Oriental Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date6 May 2025
Tender AmountPHP 985.6 K (USD 17.6 K)
Details: Description Mitsubishi L-200 Gpn 385 1 Radiator Lower Hose With Clip 1 Pc 2,860.00 2 Silicon Oil 1 Box 4,800.00 3 Radiator Cap 1 Piece 750.00 Nissan Frontier Navara Sgf-717 4 Fuel Filter Ft 3228 1 Pc 3,900.00 5 Fuel Filter Fc-235 1 Pc 4,800.00 6 Oil-filter T3143 1 Pc 3,800.00 Tourist Bus 090806 7 Relay Valve 1 Pc 6,800.00 Toyota Hilux 8 Round Bar Stainless (3/8) 2 Meters 2,450.00 Montero Sal-122 9 Rubber Cap 15/16 4 Pcs 180.00 Montero Sports Skl 122 10 Air Filter 1 Pc 4,950.00 Strada 070101 11 Fan Belt 1 Pc 2,950.00 Strada X2a 926 12 Brake Cleaner 4 Pcs 1,800.00 13 Brake Pad Bendix 3 Sets 6,800.00 Navara Nissan Frontier 14 Wiper Blade 1 Set 980.00 15 Silicon Oil 10 Pcs 480.00 16 Battery (11 Plates Gold) 1 Piece 14,800.00 17 Horn 12v 1 Set 5,280.00 Headlight Socket 2 Pcs 480.00 18 Alternator Socket 1 Pc 480.00 19 Headlight Bulb 2 Pcs 888.00 20 Secondary Clutch 1 Pc 3,780.00 Cobra 060410 21 Primary Clutch Assy 1 Pc 7,580.00 22 Hose 6 Meters 1,200.00 23 Hose Clip 6 Pcs 280.00 24 Power Hose 1 Pc 5,950.00 Bus Fuso Nbq-2317 25 Aircon Relay 240 3 Pcs 2,830.00 26 Capilla Oil 5 Pcs 3,750.00 Dental Bus Sab-1576 27 Brake Lining 1 Set 8,500.00 Toyota Fortuner Z75-642 28 Floormating 1 Set 6,950.00 Toyota Fortuner Z7a-124 29 Floormating 1 Set 6,950.00 Toyota Fortuner Z5t-737 30 Floormating 1 Set 6,950.00 Mitsubishi Montero 070103 31 Oil Filter (8307) 3 Pcs 3,470.00 Cobra 060410 32 Primary Clutch Assy. 1 Pc 7,580.00 Toyota Hilux Du-438a 33 Horn (bosch) (12 Volts) 1 Set 6,450.00 Honda Click 125 070110 34 Battery (12 Volts) 1 Pc 4,280.00 Cobra 060409 35 Acetilyn And Oxygen 1 Set 14,500.00 Isuzu Elf 073210 36 Fan Belt (c-37) 1 Pc 5,280.00 37 Fan Belt (c-51) 1 Pc 5,950.00 38 Hi-temp Spray Paint 2 Bottles 680.00 39 Bypass Hose 1 Pc 1,880.00 Jac Truck Shr-602 40 Steel Plate G.i. (gauge 16) 1 Pc 4,200.00 41 Square Tube (2x2x2.0) 2 Pcs 2,170.00 42 Checkird (4x8x1/8) 3 Pcs 6,950.00 43 Paint (epoxy Primer With Catalyst) 3 Gallons 3,900.00 44 Laquer Thinner 3 Gallons 1,950.00 45 Angle Bar (1 1/2 X 1/4) 8 Pcs 2,170.00 Mitsubishi L200 Gpn-385 46 Air Filter 1 Pc 2,450.00 47 Bulb 24v Single 20 Pcs 65.00 48 Clutch Master Assy 1 Pc 3,950.00 49 Fuel Pump 1 Pc 3,500.00 50 Bearing 6302 1 Pc 850.00 51 Clearance Light 1 Pc 650.00 52 Peanut Bulb 24v 5 Pcs 50.00 53 Battery Motolite Gold 11 Plates 1 Pc 15,000.00 54 Radiator Assy 1 Pc 38,500.00 55 Battery Clamp 2 Pcs 150.00 Multicab 090801 56 Quick Coupler 1 Set 3,800.00 57 Horn 1 Set 4,500.00 58 Bosch Relay With Socket 1 Pc 700.00 59 Eye Terminal 4 Pcs 75.00 60 Bolt W/nut 9 Plain Washer 2 Pcs 60.00 Dental Bus Sab-1576 61 Oil Filter 2 Pcs 4,800.00 62 Fuel Filter 2 Pcs 4,800.00 63 Brake Lining 1 Set 9,880.00 64 Spring 2 Pcs 2,120.00 Mitsubishi Strada Y2d-924 65 Oil Filter (8307) 3 Pcs 3,470.00 Mitsubishi Strada Y2d-924 66 Air Cleaner 1 Pc 6,780.00 67 Fuel Filter Element 1 Pc 2,495.00 Mitsubishi Strada Y2a-926 68 Oil Filter (8307) 3 Pcs 3,470.00 69 Air Cleaner 1 Pc 6,780.00 70 Fuel Filter 1 Pc 2,495.00 Mitsubishi Strada Y2a-925 71 Oil Filter (8307) 3 Pcs 3,470.00 72 Air Cleaner 1 Pc 6,780.00 73 Fuel Filter Element 1 Pc 4,950.00 Tourist Bus Nbq-2317 74 Aircon Hose 3/8 8 Ft 480.00 75 Aircon Hose 1/2 8 Ft 460.00 76 Perol 3/8 4 Pcs 280.00 77 Perol 1/2 4 Pcs 280.00 78 Aircon Belt 2 Pcs 8,900.00 Mitsubishi Fuso Nbq-2317 79 10mm By 1/2 Bolt W/lock 10 Pcs 78.00 Washer And Plain Washer Nissan Urvan Sdy-848 80 Fuel Pump Assy 1 Pc 7,980.00 81 Gasket All 10 Pcs 480.00 82 Bolt W/knot W/washer 12mm 1/2 10 Pcs 80.00 83 Fuse (10amps) 20 Pcs 90.00 84 Fuse (15amps) 20 Pcs 90.00 85 Fuse (25amps) 20 Pcs 90.00 86 Fuse (30amps) 20 Pcs 90.00 Bus King Long 090808 87 By Pass Hose #b-65 2 Pcs 2,375.00 88 By Pass Hose # B-54 2 Pcs 1,690.00 89 Pinion Bearing 1 Pc 9,500.00 90 Oil Seal 1 Pc 4,880.00 91 30311 Bearing 1 Pc 10,500.00 92 30310 Bearing 1 Pc 13,950.00 93 Oil Seal 4 Pcs 4,500.00 Dental Bus 131203 94 Turbo Assy 1 Pc 125,000.00 95 Brake Shoe W/spring 1 Set 6,600.00 96 Fuel Gauge 1 Pc 2,800.00 97 Alternator Assy. /24v 1 Pc 45,000.00 98 Fuse 10 Pcs 150.00 99 Water Sender 1 Pc 12,850.00 100 Oil Sender 1 Pc 4,760.00 101 Oil Filter 1 Pc 4,350.00 102 Fuel Filter 1 Pc 5,600.00 103 Door Handle (left And Right) 1 Set 4,200.00 Bus King Long 090808 104 Bearing 2 Pcs 6,800.00 105 Clearance Light Green 3 Pcs 1,650.00 106 Clearance Light Red 2 Pcs 1,650.00 Nissan Bus 090808 107 Electrical Tape 50 Pcs 210.00 108 Cable Tie (12 Inches) Big 5 Pcs 1,880.00 109 Cable Tie (6 Inch) Small 5 Packs 1,600.00 Bus King Long 090808 110 Side Mirror 1 Pc 4,800.00 111 Air Dryer Assy 1 Pc 12,500.00 Toyota Hilux Shx-577 112 11 Plates Battery Gold 1 Pc 14,800.00 Bus 090806 113 6205 Bearing 2 Pcs 2,150.00 114 Cotton Tape 1 Ruler 1,400.00 115 Spaghetti Hose 1 Roll 3,580.00 116 Soldiring Lead 1 Roll 1,200.00 117 Joggle Switch 1 Pc 480.00 118 Air Valve 2 Pc 6,800.00 Coaster Mini Bus 110103 119 Rubbercap 2 Pcs 220.00 120 Brake Cylinder 2 Pcs 7,600.00 Mitsubishi Dump Truck 422367-0901 121 Shock Absorber 2 Pcs 3,950.00 122 Brake Shoe Vr-602 1 Set 5,800.00 123 Rubber Cap 1 1/8 4 Pcs 380.00 124 Oil Seal 46x102x10x16 2 Pcs 1,500.00 125 Oil Seal 70x112x10x18 2 Pcs 1,500.00 Shop Maintenance 126 Pressure Washer Assy 1.5hp (220 Volts) 1 Pc 42,000.00 Project Name: Repairs And Maintenance - Transportation Equipment Expenses Place Of Delivery: Office Of The Governor Abc:p985,686.00

GOVERNOR CELESTINO GALLARES MULTI SPECIALTY MEDICAL CENTER Tender

Healthcare and Medicine
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 60.3 Million (USD 1 Million)
Details: Description Gov. Celestino Gallares Multi-specialty Medical Center Invitation To Bid For Supply, Delivery, Installation, Testing And Commissioning Of 2 Lots Various Medical Equipment Batch 3 (re-bid) For Gov. Celestino Gallares Multi-specialty Medical Center 1. The Gov. Celestino Gallares Multi-specialty Medical Center (gcgmsmc), Through The Health Facilities Enhancement Program 2024 Intends To Apply The Sum Of Sixty Million Three Hundred Forty-four Thousand Nine Hundred Seventy-five Pesos Only (php60,344,975.00) Being The Abc To Payments Under The Contract For Cb:2024-12-0007. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Gcgmsmc, Through The Health Facilities Enhancement Program 2024 Intends To Apply The Sum Of Sixty Million Three Hundred Forty-four Thousand Nine Hundred Seventy-five Pesos Only (php60,344,975.00) Being The Abc To Payments Under The Contract For Each Lot/item.et Al. Lot No. Item/description Quantity Unit Cost Total Cost 1 Infusion & Monitoring System 1 37,344,975.00 37,344,975.00 2 Advanced Perfusion System, Cardiopulmonary Bypass Pump + In-line Blood Gas Monitoring Device 1 23,000,000.00 23,000,000.00 Grand Total 60,344,975.00 Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Gcgmsmc, Now Invites Bids For The Above Procurement Project. Delivery And Installation Of The Goods Is Required Within 120 Calendar Days And Succeeding Installation Must Not Exceed 120 Calendar Days. Bidders Should Have Completed, Within 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. 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 Gcgmsmc Through Electronic Mail Via Procurement@cpspecialtycenter.org Or Through The Cellular Number 09209437250. 5. A Complete Set Of Bidding Documents May Be Acquired And Downloaded By Interested Bidders From Gcgmsmc Google Drive From (procurement@cpspecialtycenter.org) On December 08, 2024– January 03, 2025 And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Indicated Below In Accordance With The Following Schedule: Lot No. Item/description Total Cost Bidding Documents Fee (in Philippine Peso) 1 Infusion & Monitoring System 37,344,975.00 25,000.00 2 Advanced Perfusion System, Cardiopulmonary Bypass Pump + In-line Blood Gas Monitoring Device 23,000,000.00 25,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Online Banking Or Online Deposit With The Following Bank Details: Bank Name: Development Bank Of The Philippines Account Name: Gcg Multi-specialty Medical Complex Account Number: 00-0-15490-780-5 "for Bidders Choosing To Pay Via Online Transfer Or Bank Deposit, Please Ensure That Proof Of Your Successful Transaction Is Promptly Sent To The Procurement Email Address: Procurement@cpspecialtycenter.org. In Compliance With Coa Circular Number 2021-014, Clause 5.2, An Acknowledgement Receipt Will Be Issued As Proof Of Verified And Received Payment. Access To Bidding Documents Will Be Granted Only Upon Presentation Of This Acknowledgement Receipt. 6. The Gcgmsmc Will Hold A Pre-bid Conference On The 17th Day Of December 2024 At 0900h At Room 3c-e310 Located At The 3rd Floor Of Gcgmsmc Building C, Malayo Sur Cortes, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before The 3rd Day Of January 2025 At 0900h At Gcgmsmc Procurement Office Room 3c-w327 Located At The 3rd Floor Of Gcgmsmc Building C, Malayo Sur, Cortes, Bohol. 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 The 3rd Day Of January 2025 At 0900h At Room 3c-e310 Located At The 3rd Floor Of Gcgmsmc Building C, Malayo Sur Cortes. Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Together With Their Company Id. 10. The Gcgmsmc 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. Submission Of Hardcopies: Bidders Shall Submit Their Original Eligibility And Technical Documents Described In Itb Clause 10 In One Sealed Envelope Marked "original - Technical Component", And The Original Of Their Financial Component In Another Sealed Envelope Marked "original Financial Component", Sealing Them All In An Outer Envelope Marked "original Bid". Each Copy Of The First And Second Envelopes Shall Have 2 Copies And Similarly Sealed Duly Marking The Inner Envelopes As "copy No. 1 Technical Component" And "copy No. 1- Financial Component” And "copy No. 2- Technical Component" And "copy No. 2- Financial Component" And The Outer Envelope As "copy No. 1" And "copy No. 2" Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. Please Take Note That All Notarized Documents Must Be Treated As Original Copies For All The Submitted Documents (original, Copy 1, And Copy 2). It Is Imperative That Each Copy Retains Its Original Notarization To Ensure Legal Validity And Compliance. The Original And The Number Of Copies Of The Bid As Indicated In The Itb Clause 15 Shall Be Typed Or Written In Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters; B. Bear The Name And Address Of The Bidder In Capital Letters; C. Be Addressed To The Procuring Entity's Bac In Accordance With Itb Clause 1; D. Bear The Specific Identification Of This Bidding Process Indicated In The Itb Clause 1 12. For Further Information, Please Refer To: Mary Grace L. Simbajon Jessa O. Quiñal Procurement Office Procurement Office Malayo Sur, Cortes, Bohol Malayo Sur, Cortes, Bohol Procurement@cpspecialtycenter.org Procurement@cpspecialtycenter.org +639209437250 +639452478632 December 06, 2024 Approved By: (signed) Doreen A. Lugo, Lpt Bac Chairperson Noted By: (signed) Laurence Elliot R. Tirol, Md, Fpcp Medical Center Chief ------------------------------------------------------------------------------------------------------------ Item: 1 Unit: Lot Qty: 1 Unit Cost: 37,344,975.00 Total Cost: 37,344,975.00 Description: Supply, Delivery, Installation, Testing & Commissioning Of Infusion & Monitoring System 150 Pump, Volumetric Infusion 40 Docking Station/s 1 Central Monitoring System 1 Mri-compatible Infusion System 1 Oximetry Monitoring System, Non-invasive Pump, Infusion Volumetric, 150 Units Size Less Than Or Equal To 210 (l) X 140 (w) X 73 (h) Millimeters (mm) Weight Less Than Or Equal To 1700 Grams (g) Screen Must Be At Least Three (3) Inches, Touchscreen, Thin Film Transistor (tft) Color Liquid Crystal Display (lcd), At Least 200 X 400 Pixel/s, Adjustable Brightness Levels Display Must Show The Following Information At Least: Infusion Status With Drug/s Name, Infusion Parameter/s, Real-time In-line Pressure; System Status Information With Infusion Mode, Intravenous Set Brand Or Bed Number, Alarm Symbol/s, Battery Status, Network Status, Relayed Status, And System Time; Must Show Infusion Status Indicator On The Door Accuracy: ≤ ± 4.5% Mode/s: Rate Mode, Dose Mode, Dose Time Mode, Time Mode, Sequential Mode, Intermittent Mode, Loading Dose Mode, Ramp Mode, Micro-infusion Mode And/or Drip Mode Must Support The Following Application/s : Intravenous Drug Infusion, Enteral Nutrition Feeding, And/or Blood Transfusion Flow Rate/s: 0.10-2300 Milliliter/s (ml) Per Hour (hr) And/or 0.10-2000 Ml/hr Increment/s: 0.01 Ml/hr (0.10-99.99 Ml/hr), 0.1 Ml/hr (100-999.9 Ml/hr), 1 Ml/hr (1000-2300 Ml/hr) Preset Time/s: 00:00:01-99:59:59 Preset Volume: 0.10-9999.99 Ml With Increments Of 0.01 Ml Accumulated Volume: 0.00-99999.99 Ml “keep Vein Open”: (kvo): 0.1-5.0 Ml/hr With Increment/s Of 0.01 Ml/hr Purge Rate: 0.1-2300 Ml/hr Bolus Rate: 0.1-2300 Ml/hr, Automatic Or Manual Occlusion Detection: 50-1125 Millimeters Mercury (mmhg) With At Least 15 Selectable Levels Such As 50, 150, 225, 300, 375, 450, 525, 600, 675, 750, 825, 900, 975, 1050, 1125 Mmhg); With Default Of 450 Mmhg; Pre Alarm Pops Up While Pressure Is Increasing; Auto-restart Capability Where On/off And Restart The Infusion When Occlusion Pressure Is Reduced; Pressure Unit/s Available Such As, Millimeters Mercury (mmhg), Kilo Pascal/s (kpa), Bar, And/or Pounds Per Square Inch (psi) Air Bubble Detection, With At Least Six (6) Level/s, 15, 50, 100, 250, 500, 800 Microliter/s; Air Accumulation 0.1-1.0 Ml Per 15 Minutes Dose Rate Unit/s Must Include The Following: Ng/kg/min, Ng/kg/hr, Ng/kg/24h; Ug/kg/min, Ug/kg/h, Ug/kg/24h, Mg/kg/min, Mg/kg/h, Mg/kg/24h; Mu/kg/min, Mu/kg/h, Mu/kg/24h; U/kg/min, U/kg/h,u/kg/24h; Ku/kg/min, Ku/kg/h, Ku/kg/24h; Eu/kg/min, Eu/kg/h, Eu/kg/24h; Mmol/kg/min,mmol/kg/h, Mmol/kg/24h; Mol/kg/min, Mol/kg/h, Mol/kg/24h; Mcal/kg/min, Mcal/kg/h, Mcal/kg/24h; Cal/kg/min, Cal/kg/h, Cal/kg/24h; Kcal/kg/min, Kcal/kg/h, Kcal/kg/24h; Meq/kg/min, Meq/kg/h, Meq/kg/24h; Auto Lock Time: 1-5 Minute/s Range With On/off Switch Drug Library Up To 5000 Drug/s, 30 Categories, Support For Color-coding History Log Up To 3500 Event/s Volume Collection Available In At Least 4 Method/s Including, 24 Hour Total, Current Total, Period, Timing Volume, Support History Rate Review Dose Error Reduction System Available Definition Of Dose Limit/s Automatic Alarm/s When Reaching Dose Limit/s Intravenous (iv) Administration Set Must Be Able To Accept Universal Iv Set/s Alarm/s Audible And Visual Alarm/s; Sound Volume Adjustable At Least Eight (8) Level/s 2 Level/s: High: Air In Line, Accumulated Air, Empty, Drop Error, Upstream Occlusion, Downstream Occlusion, Infusion Set Disengaged, No Infusion Tube, Infusion Set Error, No Drop Sensor, Battery Depleted, Volume To Be Infused (vtbi) Complete, Kvo Finish, Relay Invalid And/or System Error Low: Kvo Running, Battery In Use, Battery Error, Cms/egw Disconnected, Standby Time Expired, Dock Connection Interrupted, System Time Error, Relay Invalid Soon, Time Near End, Reminder And/or Low Battery Reminder: 1-5 Minute/s, On/off Switchable Connectivity Communication Wired And Wireless Usb Support Drug Library Import, Patient Data Import/export, History Record Export, Calibration Date Import/export; Multifunction Connector: Rs232, Nurse Call Connector, Dc Adapter Integration: Connect With Infusion Central Station, Connect With Central Monitoring System Battery Operating Time: More Than Or Equal To Five (5) Hour/s At 25 Ml/hr Charging Time: Less Than Or Equal To Five (5) Hour/s To Full Capacity Power Supply Voltage 100-240 Volt/s, Frequency 50-60 Hertz, (hz), Current 0.5-0.21 Ampere/s (a) Work Environment Level Of Resistance To Water And Dust At Least Ingress Protection Rating 33 (ip33) Classification Type Cf, Class 1, Ip33 Docking Station, 40 Units Size: Atleast270 (l) X 170 (w) X 390 (h) Millimeters (mm) Weight: Less Than Or Equal To 3900 Grams Display Screen At Least Three (3) Inches Organic Light Emitting Diode (oled) At Least 265 X 64 Pixels Resolution Showing The Following Information: Bed Number, Patient Name, Battery Status, Network Status, Total Volume For 24 Hours; Must Be Able To Connect Via Hl7 Protocol And Integrate With Hospital Information System/s And/or Electronic Medical Record/s Via Wired Or Wireless Protocol; Usb Support For Drug Library Importation, Patient Information Loading, Patient Data Export, History Record And/or Barcode Reader Connection Multifunctional Connector Rs232 And/or Nurse Call Connector Integration Capability To Synergise/connect With Patient Monitor, Connect With Infusion Central Station, And/or Connect With Central Monitoring System Night Mode Capability With On/off, Start Time, End Time And Sound Volume Adjustable History Record Up To 2500 Mounting Type For Horizontal And Vertical Pole Clamp: Horizontal Diameter Range 10 To 25 Mm; Vertical Diameter Range 15 To 40 Mm; One Pole Clamp Per Shelf Module Programmable Mode: Support Automatic Multi-channel Relay Maintenance: Support 2 To 24 Pumps Tool Free Assembly, Support Batch Calibration, Drug Library Import, And Software Upgrade/s Classification: Type Cf, Class 1, Ip33 Power Supply Battery: Lithium-ion 2500mah Operating Time Of At Least 2 Hours Charging Time At Most 6 Hours Ac Power: 100 To 240 V, 50 To 60 Hertz, 8 To 3.4 A Alarm/s Audible And Visual Alarm/s 2 Level/s: High: Battery Depleted, System Error : Low: Slave Controller Abnormal, Battery In Use, Low Battery, Battery Error, Local Area Network (lan) Internet Protocol (ip) Address Conflict, Wireless Lan Ip Address Conflict, Cms, Egw Disconnect Central Monitoring System System Component/s: Central Station System Center Which Connects Bedside Device/s Hardware: Display/s At Least 24 Inch Tft Lcd Screen/s Medical Grade, At Least Dicom 14, At Least Ip54 Rating Iec 60601, Touch Screen; Must Include Printer/s, Keyboard/s, Mouse/s And Speaker/s Main System Software Specification/s: Number Of Device Up To 64 Patient Monitor/s And Infusion Pump/s Per Station Alarm: Category: Physiological Alarm, Technical Alarm And System Prompt Remote Control: Alarm Switch, Alarm Limits, Alarm Priority, Alarm Pause And Alarm Reset Alarm Analysis: Support Alarm Statistics Trend Review: At Least 240 Hours; Full Disclosure At Least 240 Hours; Data Interface Connection Interface Integrated Egateway Or Standalone Egateway Mri Compatible Infusion System, 1 Unit Size Less Than Or Equal To 560 (l) X 540 (w) X 1540 (h) Mm Including Trolley, Excluding Iv Pole Weight Less Than Or Equal To 50 Kilograms Without Pump/s Display Screen At Least 3 Inches, Oled, 256 X 64 Pixels, Showing The Following Information: Bed Number, Patient Name, Battery Status, Network Status, Total Volume For The Past 24 Hours Infusion Of The Pump; Compatible Pumps At Least 4 Infusion Or Syringe Pumps Mri Scanner Compatibility For Both 1.5 And/or 3.0 Tesla Model/s Alarm/s Audible And Visual Alarm/s 2 Level/s: High: Battery Depleted, Magnet Indicator Battery Depleted, System Error : Low: Low Battery, Magnet Indicator, Battery Low, Battery Error, Lan Ip Address Conflict, Wlan Ip Address Conflict, Network Disconnected Magnet Indicator: Magnetic Field To Be Used In Magnetic Fields Up To 20 Mt; < 20 Mt Green; 20-40 Mt Yellow; > 40 Mt Red; Connectivity Communication Wired Or Wireless Usb Support Drug Library Import, Patient Data Import/export, History Record Export, System Upgrade Integration: Synergy With Patient Monitor, Connect With Infusion Central Station, Connect With Central Monitoring System Material: Ingress Protection Level Ip33 Safety Standards En 60601-1:2006 / A1:2013; En 60601-1-2:2015; En 60601-1-8:2007/a11:2017; F2025-15; F2182-19; F2213-17; F2503-20; Classification Type Cf Class Power Supply Battery: Lithium-ion At Least 3400mah; Ac Power: 100 To 240 V, 50 To 60 Hertz Dock: Operating Time At Least 10 Hours; Charging Time At Most 6 Hours Magnet Indicator: Operating Time Of At Least 720 Hours; Recharging Time At Most 8 Hours Oximetry Monitoring And Connectivity System, 1 Unit Expandable Patient Monitoring And Connectivity Hub That Integrates An Array Of Technologies, Devices, And Systems To Provide Multimodal Monitoring And Connectivity Solutions In A Single Clinician-centric Platform Regional Oximetry, Non-invasive Pulse Oximetry Display Resolution At Least 1280 X 800 Pixels, At Least 10 Inches Diagonal Size, Multi-touch Touchscreen; Customizable Multiple Screen Views To Feature The Most Applicable Data; Can Display Tissue Oxygen Saturation Of Specific Area; Can Display The Difference Between Current Rso2 And User Defined Baseline; Can Display The Difference Between Rso2 And Spo2; Pulse Rate; Perfusion Index; Pleat Variability Index; High-resolution Plethysmograph Waveform And/or Can Display Spectrogram Representing Activity For Both Sides Of The Brain; Must Have Ports Or Docks That Are Compatible To Plug And Play Modules For The Measurement Of Brain Function Monitoring, Regional Oximetry, And Non-invasive Pulse Oximetry Battery Capacity Is At Least Four Hours Module/s: Cerebral Oximetry At Least One, Pulse Co-oximetry At Least One Can Be Used As Bedside, Handheld And/or Transport Monitor Configurable Parameter And Alarm Settings By Patient Population Audible And Visual Alarms For Quick Identification Of Alarming Parameters With Redundant Speaker System. Particulars Vendor Shall Warrant That The Product Supplied Shall Equal The Published Specifications. Vendor Shall Provide No Less Than Five (5) Years Warranty On The System/equipment For Spare Parts And Service Upon Acceptance By End User/s. Vendor Agrees To Provide Free Of Charge All Parts And Labour Necessary To Repair The System During The Period Covered By The Warranty And Replacement Of Any Item/s And/or Part/s Found To Be Defective In Material Or Workmanship Under Normal Use. Vendor Must Conduct Quarterly Preventive Maintenance Program Or Frequently As Recommended By Principal / Manufacturer. Vendor Agrees To Add Equipment Down-time (in Number Of Days) To Total Warranty Period. Vendor Must Respond With Technical Support Staff, Either Remotely 2 Hours Or In-person Where Applicable, Within At Least Twenty-four (24) Hours Upon Notification Of End-user; And Must Perform Corrective Maintenance Within A Maximum Of Fourteen (14) Days Upon Notification Of End-user; System/equipment Shall Be Delivered With At Least One (1) Copy Of All Service Manuals And At Least One (1) Copy Of All User Manuals. System/equipment Shall Be Delivered Complete With All Cabling, Connectors, Junction Boxes, Mounting Hardware, And All Other Accessories Necessary For Full Operation Of The System/equipment, Where Applicable. Vendor Must Certify That All Products Quoted Must Be In Current Production And Publicly Available As Of The Date Of This Tender. Unproven Future Products Shall Not Be Accepted. All Desired Features Listed Must Be In Current Production, Installed And In Use At The Time Of Quote/bid Any And All Software Necessary To Technically Support The System Shall Be Included Any And All Components Not Manufactured By The Vendor/primary Manufacturer Shall Be Listed As Such With Name/address/contact Information Of The Manufacturer Supplied Devices Must Meet All Currently Applicable Safety Standards, Local And International Where Applicable. Vendor Shall Confirm And Certify In Writing That Parts And Labor Will Be Available For The Quoted System For Not Less Than Five (5) Years After The Warranty Period Vendor Shall Agree To Provide Factory Or Principal Manufacturer Training And/or Certification For At Least One (1) In-house Biomedical Technologist Or Engineer And/or End-user. Vendor May Include Post-warranty Comprehensive Preventive Maintenance Program Proposal For The Next 3-4 Years And Must Also Indicate Cost Estimates For Major Spare Part/s Vendor To Shoulder Any Expenses Related To Delivery, Installation, Commissioning, Permit/s, Training And Other Sundries Necessary For The Complete Installation Of The Equipment Vendor Must Have Available Technical Staff And/or Office/s Within The Region Principal/manufacturer May Preferably Have An Existing / Active Quality Management System Certification E.g. Iso 13485 And/or Iso 9001 Progress Billing And Payment May Be Availed By The Winning Bidder As Follows, Otherwise, Full Payment Is Due At The Completion Of The Project And Requirements: 15% Upon Delivery At Site; 30% Upon Complete Installation, And 55% Upon Completion Of Project And/or Acceptance Of End-user. Principal’s / Manufacturer’s Products Must Have Been Present In The Local Market For The Past Ten (10) Years Completion Period For Delivery Must Not Exceed 120 Calendar Days And Succeeding Installation Must Not Exceed 120 Calendar Days. Any Deviation From This Limit Requires Prior Approval By The Head Of The Procuring Entity (hope) And Only Applies During Extenuating Circumstances. -------------------------------------------------------------------------------------------------------------------- Item: 2 Unit: Lot Qty: 1 Unit Cost: 23,000,000.00 Total Cost: 23,000,000.00 Description: Advanced Perfusion System, Cardiopulmonary Bypass Pump + In-line Blood Gas Monitoring Device Heart & Lung Machine With Integrated Centrifugal Pump Built In Centrifugal Pump With The Following Specifications: Controls And Monitor Must Be Mounted To The Machine Drive Unit Must Allow For Interchangeable Components (must Have Flexible Drive Unit For Better Handling) Remote Control Display Panel Must Include The Centrifugal Status And Alarms Flow Sensor Must Be Non-invasive Type One (1) Integrated Centrifugal Pump Plus Either (a) Three (3) Singular Large Pumps + Two (2) Single Small Roller Pump Or (b) A Total Of Five (5) Roller Pumps With Flat Screen Monitor For Heart & Lung Machine Functionality Display Roller Pump Must Have Tubing Clamp Assembly Must Be A Rotatable Pump Head. With Hand Crank Intended For Manual Use In The Event Of Power Failure For Both Roller And Centrifugal Pump With Complete Safety Mechanism Device. Dual Pressure Module Sensor With Two (2) Cable Pressure Intended For Arterial Cardioplegia Digital Pressure Monitoring And Two (2) Manometer For Manual Monitoring. One (1) Temperature Module With At Least Two (2) Channels Level Sensor And Air Bubbles Sensor Intended For Adult And Pedia Circuits That Will Trigger The Machine To Temporarily Stop Avoiding Air Introduction To Patient With Mechanical Gas Blender For Oxygen And Compressed Air With Hose And Accessory Connectors Inclusion Of Vacuum Regulator Device Halogen Or Led Console Lamp With Flexible Arms Back-up Battery Which Can Provide Power For At Least 1 Hour Must Provide At Least Six (6) Pieces Of Tubing Clamp With Guard Can Be Powered By 230v ±10, 60hz With Four Heavy Duty Rolling Wheels And Non-scratching With Lock System Included In-line Blood Gas Monitoring Device The Machine Must Be Capable Of A Continuous Determination Of The Following Tests While On Cardiopulmonary Bypass (cpb): Blood Gas (ph, Pco2, Po2, Hco3, Be, So2) Electrolytes & Hematology (k+, Hgb, Hct) Patient Temperature Oxygen Deliver (do2) Inclusion Of Battery Pack To Ensure Uninterrupted Operation. Capable Of Displaying Alert/alarm Indicator When Parameters Fall Outside The Normal Values Must Be Lcd Or Led Screen Machine Must Be Portable And Fit With The Provided Pole Clamps/bracket For Monitoring In The Heart Lung Machine Cable Head Sensor For Testing Must Be Capable For Arterial Or Venous Sampling Monitoring Must Include Printer For Documentation Of Displayed Values 60 Hertz Machine Electrical Requirement Heater Cooler Machine, At Least Two (2) Unit/s Must Have At Least Two (2) Independent Circuits Intended Either For: A. Oxygenator Heat Exchangers And B. Patient Blankets One (1) Pair Of Hose With Corresponding Connectors For Each Independent Circuit Per Unit Can Be Powered By 230v ±10, 60hz Particulars Vendor Shall Warrant That The Product Supplied Shall Equal The Published Specifications. Vendor Shall Provide No Less Than Five (5) Years Warranty On The System/equipment For Spare Parts And Service Upon Acceptance By End User/s. Vendor Agrees To Provide Free Of Charge All Parts And Labour Necessary To Repair The System During The Period Covered By The Warranty And Replacement Of Any Item/s And/or Part/s Found To Be Defective In Material Or Workmanship Under Normal Use. Vendor Must Conduct Quarterly Preventive Maintenance Program Or Frequently As Recommended By Principal / Manufacturer. Vendor Agrees To Add Equipment Down-time (in Number Of Days) To Total Warranty Period. Must Provide Back-up Immediately Upon Notification Where Applicable. Vendor Must Respond With Technical Support Staff, Either Remotely (2 Hours) Or In-person Where Applicable, Within At Least Twenty-four (24) Hours Upon Notification Of End-user; And Must Perform Corrective Maintenance Within A Maximum Of Fourteen (14) Days Upon Notification Of End-user; System/equipment Shall Be Delivered With At Least One (1) Copy Of All Service Manuals And At Least One (1) Copy Of All User Manuals. System/equipment Shall Be Delivered Complete With All Cabling, Connectors, Junction Boxes, Mounting Hardware, And All Other Accessories Necessary For Full Operation Of The System/equipment, Where Applicable. Vendor Must Certify That All Products Quoted Must Be In Current Production And Publicly Available As Of The Date Of This Tender. Unproven Future Products And Model/s Nearing And/or At The End-of-cycle Shall Not Be Accepted. All Desired Features Listed Must Be In Current Production, Installed And In Use At The Time Of Quote/bid; Any And All Software Necessary To Technically Support The System Shall Be Included Any And All Components Not Manufactured By The Vendor/primary Manufacturer Shall Be Listed As Such With Name/address/contact Information Of The Manufacturer Supplied Devices Must Meet All Currently Applicable Safety Standards, Local And International Where Applicable. Vendor Shall Confirm And Certify In Writing That Parts And Labor Will Be Available For The Quoted System For Not Less Than Five (5) Years After The Warranty Period Vendor Shall Agree To Provide Factory Or Principal Manufacturer Training And/or Certification For At Least One (1) In-house Biomedical Technologist Or Engineer And Other Technical Staff (end-user/s); Vendor May Include Post-warranty Comprehensive Preventive Maintenance Program Proposal For The Next 3-4 Years And Must Also Indicate Cost Estimates For Major Spare Part/s Vendor To Shoulder Any Expenses Related To Delivery, Installation, Commissioning, Permit/s, Training And Other Sundries Necessary For The Complete Installation Of The Equipment Vendor Must Have Available Technical Staff And/or Office/s Within The Region Principal’s/ Manufacturer Products May Preferably Have An Existing/active Quality Management System Certification E.g. Iso 13485 And/or Iso 9001 Principal’s / Manufacturer’s Products Must Have Been Present In The Local Market For The Past Ten (10) Years, May Provide Certification Where Applicable Progress Billing And Payment May Be Availed By The Winning Bidder As Follows, Otherwise, Full Payment Is Due At The Completion Of The Project And Requirements: 15% Upon Delivery At Site; 30% Upon Complete Installation, And 55% Upon Completion Of Project And/or Acceptance Of End-user. Completion Period For Delivery Must Not Exceed 120 Calendar Days And Succeeding Installation Must Not Exceed 120 Calendar Days. Any Deviation From This Limit Requires Prior Approval By The Head Of The Procuring Entity (hope) And Only Applies During Extenuating Circumstances.

Laguna State Polytechnic University Sta Cruz Campus Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 700 K (USD 11.9 K)
Details: Description Electrical Led Tube T8 100 Pcs Led Bulb 9w 100 Pcs Led Flood Light 100w 10 Pcs Solderless Connector 150mm 12 Pcs Solderless Connector 250mm 12 Pcs Electric Drill 1 Unit Socket Wrench 1 Set Clamp Meter 1 Unit Masonry Drill Bit 1/4 10 Pcs Allen Wrench 1 Set Screw Driver 1 Set Flier H.d Stanley 2 Pcs Diagonal Cutter H.d Stanley 2 Pcs Long Nose Hd Stanley 2 Pcs Thhn Std Wire #14 2 Boxes Thhn Std Wire #12 2 Boxes Thhn Std Wire #10 2 Boxes Thhn Std Wire #8 2 Boxes Pvc Clamp 1/2 2 Bags Flat Cord #16 2 Rolls Surface Type Outlet 3 Gang 3 Pcs Hd Rubber Plug 30 Pcs 2 Gang Outlet (panasonic) 40 Pcs 2 Gang Switch(panasonic) 40 Pcs 1 Gang Switch (panasonic) 40 Pcs Pvc M-box 50 Pcs Black Screw 1/2 Pointed 100 Pcs Juncton Box W/ Cover 30 Pcs Electrical; Tape Big 20 Pcs Plastic Moulding 3/4 50 Pcs Flexible Hose 1/2 2 Rolls Tox #5 2 Boxes Receptacle 20 Pcs Circuit Breaker 20amp. Koten W/ Case 20 Pcs Circuit Brreaker 30amp. Koten W/ Case 20 Pcs Mica Tube 1/2 10 Mtrs Circuit Breaker 60amp.plug In 10 Pcs Circuit Breaker 20amp.plug In 10 Pcs Circuit Breaker 30amp.plug In 10 Pcs Plumbing Pvc Pipe Blue 1/2 13 Pcs Pvc Elbow W/ Thread Blue 1/2 8 Pcs Pvc Tee Blue 1/2 8 Pcs Pvc Male Adaptor Blue 1/2 8 Pcs Pvc Female Adaptor Blue 1/2 8 Pcs Pvc Male & Fenale Adaptor 1/2 Blue 6 Pcs Neltex Pvc Cement 1/2 Liter 3 Pcs Pvc Coupling Blue 5 Pcs Pvc Pipe Blue 3/4 5 Pcs Pvc Elbow With Thread 3/4 5 Pcs Pvc Tee 3/4 Blue 5 Pcs Pvc Male Adaptor 3/4 Blue 5 Pcs Pvc Male Adaptor 3/4 Blue 5 Pcs Pvc Maler & Female Adaptor 3/4 Blue 6 Pcs Ppr Pipe 1/2 8 Pcs Ppr Elbow 1/2 8 Pcs Ppr Pipe 3/4 8 Pcs Ppr Elbow W/ Thread 3/4 5 Pcs Ppr Male Adaptor 3/4 5 Pcs Ppr Female Adpator 3/4 5 Pcs Ppr Male & Female Adaptor 3/4 3 Pcs Ppr Union Patente 3/4 3 Pcs Ppr Coupling 3/4 5 Pcs Motor Pump 2hp 1 Unit Ppr Plug 3/4 5 Pcs G.i Pipe 3/4 5 Pcs Ppr Pipe 1 5 Pcs Ppr Elbow 1 5 Pcs Ppr Tee 1 5 Pcs Ppr Coupling 1 5 Pcs Ppr Faucet Extractor 1 1 Pcs High Pressaure Toilet Pump 1 Pcs Ppr Straight Elbow 3/4 5 Pcs Bidet 8 Pcs Urinal 3 Pcs Lavatory 3 Pcs Ordinary Faucet 15 Pcs Gooseneck Faucet 5 Pcs Teplon 25 Pcs Toilet Bowl 3 Pcs Cement 3 Bags P-trap 1 5 Pcs Marine Epoxy 1 Ltrs A 1 Cans Marine Epoxy 1 Ltrs B 1 Cans Ppr Union Patente 1 3 Pcs Socket Wrench 1 Set S. Blue 3 Cans Wd40 2 Cans Brake Cleaner 2 Cans Threader Manual 1 Pcs Adjustable Wrench 4 1 Pcs Adjustable Wrench 2 1 Pcs Vise Grip 1 Pcs Pipe Wrench 4 1 Pcs Pipe Wrench 2 1 Pcs Sewer Rod/plehe 50ft. 1 Unit Carpentry Blind Rivets 1/8 X 1/2 1 Box Welding Rod Special 25 Kls Welding Rod Ordinary 13 Kls Drill Bit Metal 1/8 3 Pcs Concrete Drill Bit 1/4 3 Pcs Cutting Disk #14 25 Pcs Grinding Disk #4 25 Pcs Hacksaw Blade 5 Pcs Riveter Stanley 1 Pcs Welding Cable 10 Mtrs Metal Black Screw #1 1 Box Wood Black Screw 1 1 Box Flat Bar 1/4 X 1-1/2 5 Pcs Plywood Marine 3/4 10 Pcs Plywood Marine 1/2 10 Pcs Plywood Marine 1/4 10 Pcs Cwn #3 5 Kls Cwn #2 3 Kls Cwn #1 3 Kls Concrete Nail #3 3 Kls Concrete Nail #2 3 Kls Concrete Nail #1-1/2 3 Kls Stickwell Glue 2 Gals Push Pull Rule 5m 5 Pcs Texscrew #2 500 Pcs G.i Pipe 1/2 5 Pcs Angle Bar 1/4 X 1-1/2 5 Kls Welding Machine (yamato Jr.) 1 Unit Hook & I 2 Pcs Barrel Bolts #2 10 Pcs Gloss Latex White 5 T/c Rain Or Shine Green Salad 5 Gals Rain Or Shine Blue Ocean 5 Gals Rain Or Shinehappy Red 3 Gals Acri Color Raw Sienna 5 Ltrs Baby Roller 13 Pcs Roller #7 13 Pcs Roller Tray 8 Pcs Paint Brush #2 13 Pcs Poly Urathan 3 Gals Sanding Sealer 3 Gals Wood Stane Maple 8 Ltrs Wood Stain Wallnut 3 Ltrs Wood Stain Mahogany 3 Ltrs Chocolate Brown 4 Gals Lacquer Thinner 3 Gals Paint Thinner 10 Gals Weber Thinner Urathan 1 Gals Qde White 3 Pail T/t Color Black 2 Ltrs T/t Color Red 2 Ltrs T/t Color Hanza Yellow 2 Ltrs Gold 2 Boxes Epoxy Primer 6 Gals Body Filler 3 Gals Skim Coat 3 Sack Sand Paper #120 25 Pcs Enamel Black 1 Gals Furring Channel 5mm 13 Pcs Adjustable Base Plate 3 Pcs Allen Wrench 1 Set Angle Grinder 1 Pcs Level Bar 2 Units Circular Saw 1 Set Cordless Drill 1 Set Diamond Cutting Disk 3 Pcs Flat Screw Driver 1 Unit H Frame Flatform 4 Pcs H Frame Flatform W/ Crossbrace 8 Pcs Hacksaw 3 Pcs Hammer Drill 1 Pcs Hole Saw Blade 1-1/2 Dia 1 Pcs Holse Saw Blade 1 Dia 1 Pcs Holse Saw Blade 2 Dia 1 Pcs Holse Saw Blade 3 Dia 1 Pcs Holse Saw Blade 4 Dia 1 Pc Jig Saw 1 Pc Metal Cutting Disc 3 Pcs Snipping Tool 1 Pc Nail Gun 1 Pc Sledge Hammer 5 Kls 1 Unit Square (eskwala) 2 Pcs Steel ,measuring Tape 50m 1 Pc Wood Chisel1 2 Pcs Wood Chisel 1/2 2 Pcs Wood Chisel 2 2 Pcs Wood Fie 1 Pc Hand Saw 2 Units Wood Spautla 33 1 Pc Adjustable Wrench 12 1 Pc Belt Wrench 1 Pc Monkey Wrench 1 Pc Chain Block 1 Unit Silicone Clear 3 Pcs Silicone Brown 3 Pcs Spray Foam 3 Pcs Paint Remover 3 Ltrs Sand Paper 3100 3 Rolls Fiber Glass Tape 6 Rolls Polytuff W/ Hardener 5 Sets Masking Tape 4 3 Pcs Masking Tape 2 3 Pcs Masking Tape 1 3 Pcs Spray Paint White 3 Cans Spray Paint Black 3 Pcs Paint Brush 1 6 Pcs Paint Brush 2 6 Pcs Paint Brush 4 6 Pcs Spatula 3 Pcs Caulking Gun 2 Pcs Oxcygen Tank 1 Pc Vulcaseal 4 Ltrs Black Screw 2 1 Bxs Black Screw 1 1 Bxs Hardiflex1/4 10 Pcs Impact Drill 1 Unit Stickwell 2 Kilo Roofguard Baguio Green 2 T/c Doorklock/ Lockset 25 Pcs Cement 10 Bags Tile Adhessive 5 Bags Roller Tray 4 Pcs Caution Tape Yellow 2 Rolls Safety Gloves 25 Pcs Safety Harnes W/ Carabiner 2 Sets Pacthing Compound 1 Bags Oxygen Acetelyn Tank W/ Acc. 1 Sets

Bureau Of Fisheries And Aquatic Resources Caraga Tender

Laboratory Equipment and Services
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 2.3 Million (USD 41.5 K)
Details: Description Invitation To Bid (national Competitive Bidding) The Bfar Xiii, Through Its Bids And Awards Committee (bac), Invites Eligible Suppliers To Bid For The Hereunder Contracts: Project Title: Supply And Delivery Of Laboratory Supplies For Official Use Of Legislated Hatchery, Fisheries Integrated Laboratory Section And Pfo-agusan Del Norte Cy 2025 Approved Budget Of The Contract: Php 2,383,697.00 Contract Period: 60 Calendar Days Bidding Documents Fee: Php 5,000.00 Description/specifications: 5 Pcs Alcohol Lamp 10 Pcs Aspirator, (small) 10 Pcs Aspirator, (medium) 4 Pcs Aspirator, Medium (60ml), Rubber 25 Pcs Amber Glss Bottle, 1l Cap., Thick, With A Twist Cap Screw Cap Aesthetic Vase Bottle 20 Pcs Autoclavable Bottle (polypropylene, Clear, 500 Ml Capacity) 20 Packs Autoclavable Reagent Reservoir With Cover, 50ml Capacity, 5 Pcs/ Pack 10 Pcs Blunt Nose Thumb Forceps 3 Rolls Cannula, Polyethylene Tubing, Pe 100, (inner Dia., 0.86mm Outer Dia., 1.52mm) 1 Pc Carousel (pipettor Holder/ Rack) 8 Sets Conical Tubes (15ml) (25 Pcs/ Set) 40 Pcs Culture Media Bottle With Cap (2 Liters Capacity, Autoclavable) 5 Pcs Culture Media Bottle, 1 Liter Capacity, Autocalve With Cap 5 Pcs Culture Media Bottle, 500ml Capacity, Autoclavable With Cap 3 Gallons Denatured Alcohol 25 Pcs Dextrose Glass Bottle, 1000ml, (empty And New) 10 Packs Disposable Petri Plates (25pcs Per Pack) 4 Boxes Disposable Surgical Glove (nitrile Vinyl Glove) 100 Pcs/ Box (medium) 3 Boxes Disposable Surgical Glove (nitrile Vinyl Glove) 100 Pcs/ Box (small) 10 Sets Dissecting Kit 10 Sets Dissecting Pan (stainless Steel) And Pads (flex) 5 Boxes Disposable Rubber Gloves, (100's) Large Size, For Laboratory/ Examination 4 Sets Do Meter (portable) 10 Pcs Erlenmeyer Flask, 250ml 10 Pcs Erlenmeyer Flask, 500ml 10 Pcs Erlenmeyer Flask, 1000ml 2 Boxes Filter Membrane (25 Mm, 0.45 Um), 80 Pcs Per Box 3 Sets Freshwater Test Kit Set (measures The Critical Freshwater Parameters For I.e. Ph, Ammonia Nitrogen, Nitrite Nitrogen, Alkalinity, Carbon Dioxide, Chloride, Hardness, Dissolved Oxygen) 10 Pcs Fine Tip Thump Forceps 10 Pcs Glass Beaker, 50ml 10 Pcs Glass Beaker, 100ml 10 Pcs Glass Beaker, 250ml 10 Pcs Glass Beaker, 600ml 10 Pcs Glass Beaker, 1000ml 10 Pcs Glass Pipette, 10ml 5 Boxes Glass Slide With Cover Slip Clear Glass, Size: 1" X 3"; Thickness: 1mm X 1.2mm (72 Pcs Per Box) 25 Meter-piece Glass Tubing 10 Pcs Graduated Cylinder, 100ml (glass With Blue Graduations And A Plastic Base) 10 Pcs Hemocytometer, (with A Neubauer Pattern Etched On The Glass Surface, With Cover Slips But Without Spring Clips) 10 Pcs Hemocytometer (with An Improved Neubauer Pattern Etched On The Glass Surface With Cover Slips) 15 Pcs Handled Tally Counter 2 Packs Laboratory Glass Beads (2.5mm, 1000 Pcs Per Pack) 10 Pcs Laboratory Gown, (white, Cotton) 5 Large; 5 Medium 1 Pack Laboratory Parafilm (4 X 125 Ft) 30 Pcs Laboratory Thermometer (alcohol) 2 Pcs Laboratory Wash Bottle, 500ml 1 Bottle Methanol, Laboratory Grade (2.5ml/ Bottle) 5 Boxes Microscope Glass Slides, 25.4mm X 76.2mm Dimensions, Thickness: 1mm X 1.2mm 15 Pcs Petri Dish, (100mm Dia., 23mm Height) 30 Pcs Petri Dish (glass, 15 X 100m) 9 Sets Pipette Tips (200microliter) 1000 Pcs/set 1 Set Pipette Tips (500microliter) 1000 Pcs/set 3 Pcs Ph Meter, Pen Type 10 Pcs Plastic Pipette, 10ml 100 Pcs Plastic Dropper, 1ml 10 Sets Plastic Sedgeweck Rafter Counter Chamber 10 Pcs Plastic Wash Bottle, (1000ml) 10 Pcs Plastic Wash Bottle, (500ml) 10 Pcs Plastic Wash Bottle, (250ml) 4 Packs Pipette Tips (compatible With 10 Ml Volume Range), 250 Pcs Per Pack 1 Pc Pipettor (2000-10000 Μl Volume Range) 2 Packs Polypropylene Biohazard Autoclavable Bag (8x12 Inches), 100 Pcs/ Pack 10 Pcs Polypropelene Graduated Cylinder, 1000ml With Embossed 10ml Graduations 20 Pcs Polypropylene Laboratory Sample Reagent Bottle (autoclavable, Wide Mouth 1000ml) 6 Pcs Polypropylene Plastic Beaker, 2000ml 6 Pcs Polypropylene Plastic Beaker, 4000ml 10 Bottles Povidone-iodine, 120ml Per Bottle 10 Units Refractometer, (salinity) Salinity Readings: Ranges From 100% With A ±2% Measurement Accuracy; Specific Gravity: From 1.000 To 1.070 With ±0.001 Measurement Accuracy. Temperature Is Compensated For Every Reading. Waterproof 1 Unit Refractormeter, Durable, Branded (salinity Meter Refractometer Water Reader Marine 0-100% Salt Tester) 5 Packs Resealable Transparent Bag (size 6, 100 Pcs/pack) 2 Boxes Sampling Vial, (1.5ml) 100pcs Per Box 2 Boxes Sampling Vial, (2ml) 100pcs Per Box 1 Pc Secchi Disc 10 Sets Sedgeweck Rafter Counter Chamber Glass 3 Boxes Syringe, 1cc, 100 Pcs Per Box 3 Boxes Syringe, 5cc, 100 Pcs Per Box 3 Boxes Syringe Needle, 20ga X 1" (100 Pcs Per Box) 3 Boxes Syringe Needle, 20ga X 1.4" (100 Pcs Per Box) 60 Pcs Test Tube, 15ml Screw Cap Culture With Phenolic Caps (16 X 125mm), Glass 10 Pcs Test Tube Rack Holder, 60 Holes, Plastic, Light Weight, Convinient To Carry, Detachable 5 Pcs Thermometer (lollipop-type Shockproof, Waterproof) 10 Pcs Wash Bottle, 250ml Capacity 10 Pcs Weighing Boats (diamond, White, Antistatic, 100ml) 8units Weighing Scale Balance 10kgs X 0.1 G Digital Precision Electronic Laboratory Balance 10kgs Procurement Activity Availability Of Bid Docs Starting February 18, 2025 9:00am- 4:00pm Ends March 10, 2025 1:00 Pm Bfar Caraga, Bac Office, Brgy. Ambago, Butuan City Pre-bid Conference February 25, 2025 2:30pm Tuesday Regional Fisherfolk Training Center, Brgy. Ambago, Butuan City Deadline Of Submission Of Bids March 10 ,2025 1:00 Pm Monday Regional Fisherfolk Training Center, Brgy. Ambago, Butuan City Date Of Opening Of Bids March 10 ,2025 1:00 Pm Monday Regional Fisherfolk Training Center, Brgy. Ambago, Butuan City The Bidding Will Be Conducted Through Open Competitive Public Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders @ Bfar Xiii, Bac Office, Sitio Tawilon, Brgy. Ambago, Butuan City And Upon Payment Of A Nonrefundable Fee. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend. Late Bids Shall Not Be Accepted. Submission Of Tax Clearance As Part Of The Eligibility Requirements; Amendment On The Prescribed Omnibus Sworn Statement Template On The Pbd. Bidders Should Submit Tax Returns Filed Through The Electronic Filing And Payments System (efps). All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). Bidders Should Have Completed, Within 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. Instructions To Bidders. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. In Case Of Tie, The Bfar Xiii Bac Will Resolve Thru Draw Lots. For Further Details, Please Contact Ms Elvera B. Sayas, Bac Secretary At Mobile Number 09094817511 Or Email At Bac.caraga@bfar.da.gov.ph . (sgd) Anna Melissa M. Talavera, Dpa Bac Chairperson

City Of Bayawan Tender

Machinery and Tools
Philippines
Closing Date10 Jun 2025
Tender AmountPHP 476.6 K (USD 8.5 K)
Details: Description Republic Of The Philippines Province Of Negros Oriental City Of Bayawan Bid No.:np-pb 25-b-197(re-ad) Bids And Awards Committee Date:may 27,2025 Invitation To Bid Sealed Bids For Quotation Of Prices Will Be Received For The Purchase Of The Following Supplies, Materials And Equipment Of The Government To Be Opened On The Date, Place, And Time Stated In Instruction To Bidders. Item No. Item Description Qty. Unit Additional Attribute Unit Cost Total Other Supplies And Materials Lot I Appliances 30,000.00 1 Refrigerator, 2-door, Top Freezer, No Frost, 10-12 Cu. Ft,, Inverter 1 Unit Lot Ii Carpentry Tools And Supplies 16,000.00 2 Gypsum Screw, 25mm (1000pcs/box) 5 Box 3 Solvent Cement , 100cc 10 Can 4 Ppr Pipe White 1/2 Inch 1 Lenght, White 1/2 Inch 1 Lenght 10 Piece 5 Sanitary Pvc Pipe , Series 1000, 3 Inches, 1 Lenght 10 Piece 6 Sanitary Pvc Pipe, Series 1000, 4 Inches, 1 Length 10 Piece Lot Iii Cleaning Equipment And Supplies 3,150.00 7 Cleaning Brush, 3 Inches 5 Piece 8 Cleaning Brush, 1 Inch 10 Piece 9 Apron, For Salon (good Quality) 6 Piece With Stitched Pocket For Combs And Scissors Lot.iv Electrical Supplies And Materials 69,133.00 10 C-clamp/clip, Pvc, 20mm Diameter, With Concrete Nails (100s/pack) 5 Pack 11 C-clamp/clip, Pvc, 25mm Diameter, With Concrete Nails (100s/pack) 5 Pack 12 Junction Box, 100mm X 100mm, W/ Cover & Screw, Octagonal 20 Piece 13 Pipe, Pvc, Electrical, 20mm Dia X 3m, Thickwall, Orange 50 Length 14 Utility Box, Pvc, 50mm X 100mm, Flush Type 20 Piece 15 Pipe, Pvc, Electrical, 25mm Dia X 3m, Thickwall, Orange 20 Length 16 Pipe Connector, Pvc, Electrical, 20mm Dia (100s/pack) 5 Pack 17 Pipe Connector, Pvc, Electrical, 25mm Dia (100s/paclk) 5 Pack 18 Electrical Tape, Vinyl, 177mm X 3/4inch / 19mm X 16m, Flame Retardant, 600v 12 Roll 19 Thw Wire, #12 (3.5mm2), Stranded (150m/roll), White 1 Roll 20 Thw Wire, #12 (3.5mm²), Stranded (150m/box), Green 1 Roll 21 Socket, Plastic, 106mm, E27 25 Piece 22 Distribution Panel Board, Center Main 4 Branches Bolt-on, Flush-type Mounted 60a 4 Unit 23 Switch, Light, Flush Type, 2 Gang, With Plate, Bracket, Cover & Screw 5 Set 24 Switch, Light, Flush Type, 3 Gang, With Plate Bracket, Cover & Screw 5 Set 25 Switch, Light, 3 Way, Flush Type, W/ Plate, Bracjket, Cover & Screw, Single Gang 6 Set 27 Digital Earth Tester 4105a, Earth Resistance Tester Grounding Resistance Meter 20/200/2000 Ohms, Dimension: 7x4x3x2.3 Inches 2 Piece Lot. V Gas And Gases For Oxygen And Acetylene Only 39,000.00 28 "oxy-lpg Cylinder Tank, For Welding Purposes, Contents:15.3kg Height:71cm Diameter:32cm Gross Weight:46kg" 2 Set 29 "oxy-acetylene Cylinder Tank, For Welding Purposes Content(kg):46.5kg Height:125cm Diameter:38cm Gross Weight(kg):108kg Outlet Connection:5/8” Bsp Female Left Hand Cone Recessed" 1 Set Lot. Vi Glass, Door And Window Supplies 33,000.00 30 Dark Glass, #10 900 Piece 31 Clear Glass, 4mm Thickness 500 Piece Lot. Viii Light Vehicle Parts And Supplies 51,750.00 44 Carburetor Assembly , 4k Engine 1 Piece 45 Distributor Assembly , 4k Engine, Cdi Type 1 Piece 46 Spark Plug , 6es 5 Piece 47 Carburetor Assembly , Multicab F6a Engine 1 Piece 48 Engine Assembly , With Transmission Diesel 2c Engine 1 Unit Lot. Ix Other Machinery And Equipment 37,341.00 49 Electric Drill 400 Watts, 220-240 Volts, Frequency: 50/60 Hz, 400 Watts, 220-240 Volts, Frequency: 50/60 Hz 3 Piece 50 Analog Multi-tester Yx360 Trf, Resistance Measurement Up To 200m Ohms Dimension: 12.2 X 3.8 X 5.5cm, Resistance Measurement Up To 200m Ohms Dimension: 12.2 X 3.8 X 5.5cm 3 Piece 51 Digital Multi-tester 800a 3-3/4 Digits 4000 Count, Ac Frequency Bandwidth: 40 To 400 Hz, 800a 3-3/4 Digits 4000 Count, Ac Frequency Bandwidth: 40 To 400 Hz 3 Piece 52 Heat Gun 1800 Watts, Temperature: 50-600 Degree Celcius Airflow 250 To 600 , Temperature: 50-600 Degree Celcius Airflow 250 To 600 3 Piece Lot. X Other Supplies 9,305.00 53 Soldering Paste Flux, Smd, 50ml. 4 Bottle 54 Ferric Chloride, Pure, 100ml. 4 Bottle 55 Denatured Alcohol, 1 Gallon 2 Gallon 56 Nail Brush, For Nails, Small 6 Piece 57 Nail Polish, Assorted Colors,12 Ml/bottle (good Quality) 15 Piece 58 Nail Polish, Colorless (good Quality) 10 Piece 59 Double- Sided Nail Files, 7- Inch Black Manicure And Pedicure Tools, Pack 10 Pack 60 Acetone , 60 Ml/bottle 10 Pack 61 Benzalkonium Chloride, (merthiolate) 60m/bottle 10 Bottle 62 Absorbent Cotton , Roll 150 Grams/pack 10 Pack 63 High Tension Wire , 4k 1 Piece Lot. Xi Power Tools, Equipment And Accessories 188,000.00 64 Arc Welding Machine , Ac/dc, Model Tig-250 5 Piece ***nothing Follows*** Grand Total 476,679.00 Place Of Delivery: Fob Bayawan, City Warehouse Form And Amount Of Bid Security: I Hereby Certify That The Above Articles Are Equally Carried In Stock By Me In Quantities Above Stated Except Those Marked "none". Terms And Conditions Specified In The Annex Of This Form Are Herein Accepted. The Quantity Shown And Prices As Quoted Are Hereby Offered. ___________________________ Name Of Business/company Address/contact Number Evaluation: Bids And Awards Committee _________ Virginia D. Sadiasa, Chairman Wilfredo C. Tuale, Member _________ Saturnino T. Dayanan, Vice-chairman Corazon P. Lirazan,member ________ Ernesto N. Dinopol,jr.,member _________ Nefredo Camillo A. Villarubia,member "republic Of The Philippines Province Of Negros Oriental City Of Bayawan" Bids And Awards Committee "(035) 531-0020 Local 202 (035) 430-0439 (telefax) Email: Bac.bayawan@gmail.com Http://www.bayawancity.gov.ph" Invitation For Negotiated Procurement For Two-failed Biddings The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers / Manufacturers / Distributors / Contractors To Bid For The Hereunder Projects: Itb No. Pr No. Project Name Total Abc Of Project Source Of Funds "np/pb 25-b-197 Re-ad" Pr 100-25-02-106 Supply And Delivery Of Other Supplies & Materials For Tesda Skills Training Programs.(ccmdo) 476,679.00 General Fund Basis Of Evaluation Per Lot Per Item The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Biddings Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No.9184. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline To The Bac And Which Would Meet The Minimum Technical Specifications Required. Bid Documents Shall Be Available At The Bac Office, New City Hall, Lgu Bayawan City Upon Payment Of Prescribed Non-refundable Fee Of Php 1,000.00 Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule Issuance Of Bid Documents May 27, 2025 To June 09, 2025@ 5:00 P.m. Closing Date Of Issuance Of Bid Documents/rfq June 09, 2025@ 5:00 P.m. Date Of Bid Opening June 10, 2025@ 9:00 Am Approved: Virginia D. Sadiasa City Civil Registrar Bac Chairman Received By: Name & Signature: Name Of Business: Date:

Province Of Northern Samar Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Closing Date9 Jun 2025
Tender AmountPHP 681.2 K (USD 12.2 K)
Details: Description Republic Of The Philippines Province Of Northern Samar Catarman, Northern Samar [tab] Bids And Awards Committee Request For Quotation Name Of Supplier (business Name): Address: Tin: Date: June 02, 2025 Rfq No.: 25-06-0362 Contact No.: The Pho, Through The Bids And Awards Committee (bac), Intends To Procure Medical Supplies And Laboratory Instrument, With Pr No.: 2025-03-0362 & 2025-03-0361. The Medical Supplies And Laboratory Instrument Shall Be Procured Through The Alternative Mode Of Procurement In Accordance With Ra No. 12009 As Reflected On Bac Resolution No.svp-06-02-01. Suppliers Of Know Qualifications Are Invited To Submit Their Quotation/proposal, Signed By Your Of Your Duly Authorized Representative Not Later Than ____________, Subject To The Terms And Conditions Provided In This Rfq. The Contract Shall Be Awared To The Supplier With The Lowest And Responsive Quotation. The Following Documents Are Required To Be Submitted Along With The Quotations/proposal: 1. Mayor's/business Permit 2. Philgeps Certificate Of Registration 3. Omnibus Sworn Statement 4. License To Operate Open Quotations May Be Submitted, Manually Or Through Email At The Address And Contact Numbers Indicated Below. For Queries, Your May Contact Us At (055) 500-2342 Or Email Address At Pgnsbac1 @gmail.com / Bac.alternative@outlook.com. Dr. Jose Luis A. Acompañado Bac Chairman Rfq No.: 25-06-0362 Pgns-bac-005-fm Rev.00 1 Of 12 Effectivity Date: July 17, 2023 After Having Carefully Ead And Accepted The Terms And Conditions, I/we Submit My/our Quotation/s For The Items As Follows: Rfq No.: 25-06-0362 Approved Budget For The Contract Quotation/offer Item No. Qty. Unit Item Description/technical Specifications Unit Price Total Price Unit Price Total Price Brand/model 1 8 Bottle Alcohol, Ethyl, 70%, 500ml 160.00 1,280.00 2 2 Bottle Hand Sanitizer, Antibacterial, Floral Scented, 1000ml Contains 68% Ethyl Alcohol 800.00 1,600.00 3 1 Box Gloves, Non-sterile, Extra Large, Powdered Free, Disposable, 100s/box 600.00 600.00 4 2 Box Gloves, Non-sterile, Large, Powdered Free, Disposable, 100s/box 600.00 1,200.00 5 1 Box Gloves, Non-sterile, Medium, Powdered Free, Disposable, 100s/box 600.00 600.00 6 1 Box Gloves, Non-sterile, Small, Powdered Free, Disposable, 100s/box 600.00 600.00 7 5 Roll Elastic Bandage, Packaged: (rolled), Size: 3 Inches X 5 Yards 200.00 1,000.00 8 4 Box Face Mask Surgical 3ply 50s/box 350.00 1,400.00 10 1 Pack N95 Face Mask Regular 20's/pack 2,500.00 2,500.00 11 2 Box Disposable Hypodermic Needle G-23x1" 100's /box Sterile, Non-toxic, Pyrogenic 750.00 1,500.00 12 2 Box Disposable Hypodermic Needle G-26x1/2" 100's/box Sterile, Non-toxic, Pyrogenic 750.00 1,500.00 13 5 Pcs Ngt Feeding Tube Sterile Fr-20 / Pcs 350.00 1,750.00 14 5 Pcs Ngt Feeding Tube Sterile, Fr-18 / Pcs 350.00 1,750.00 15 5 Pcs Infant Feeding Tube Fr-15 /piece 350.00 1,750.00 16 10 Bottles Hydrogen Peroxide 500ml 150.00 1,500.00 17 2 Gallon Disinfectant Liquid Solution, 4liters Alkyl (50% C14, 40% C12, 10% C16) Dimethyl Benzyl Ammonium Saccharinate= 0.10% Ethanol= 58.00%, Other Ingredients= 41.90% (total 100%)" 2,500.00 5,000.00 18 2 Box Foley Bag Catheter Fr -18, 20pcs/box 900.00 1,800.00 19 2 Pack Rubber Catheter Straight, Non-sterile, F10, 12pcs/pack 450.00 900.00 2025-03-0362 - For The Use Of San Vicente District Hospital. Alcohol/ Hand Sanitizer Gloves/gauze/plaster/bandage Personal Protective Blade/needle/syringe Tubes Disinfectant/antiseptic Catheter General Instructions: (1) Accomplish The Rfq Completely And Accurately. (2) Alteration Of This Form In Any Way Is Not Allowed. (3) Failure To Comply With Any Of The Technical Specifications Required Will Disqualify Your Quotation. (4) Failure To Follow These Instructions Will Disqualify Your Quotation. Pgns-bac-005-fm Rev.00 2 Of 12 Effectivity Date: July 17, 2023 Rfq No.: 25-06-0362 Approved Budget For The Contract Quotation/offer Item No. Qty. Unit Item Description/technical Specifications Unit Price Total Price Unit Price Total Price Brand/model 20 1 Set Airway Adjuncts (guedel Airway) Made From Medical Grade Polypropylene And Polyethylene Material, Biologically Inert. Bite Block Provides Access To The Suction Catheter. Color Coded For Easy Identification Of Size: Blue: 50mm, Black: 60mm, White: 70mm, Green: 80mm, Yellow: 90mm, Red:, 100mm, Light Blue: 110mm 2,500.00 2,500.00 21 2 Box Suction Catheter Fr 18, Sterile, Non Pyrogenic Sterilized By Ethylene-oxide Gas, Disposable, 50pcs/box 550.00 1,100.00 22 2 Box Abdominal Pad 7" X 12" 20pads / Box 250.00 500.00 23 2 Pcs Calibrated Drinking Cup Plastic 210 Ml 80.00 160.00 24 1 Box Eugenol, Toothache Drops 7.5 Mll 300.00 300.00 25 2 Box Goggles Protection With Rubber Strap (silicone) 350.00 700.00 26 2 Pcs Ice Bag 11 Inch, Material: Polyester + Pvc 500.00 1,000.00 27 1 Pack Disposable Towels/bibs, Material: Polyethylene, 60pcs / Packs 650.00 650.00 28 2 Box Disposable Apron Plastic, One Size Fits Most White Plastic, Waterproof Bib Apron Disposable For Easy, Mess-free Clean Up 28″ X 46″ 100 Pieces/box 1,200.00 2,400.00 29 2 Tube Lubricating Jelly 150 G Tube, Sterile 250.00 500.00 30 2 Pcs Kidney Basin Plastic, 8 Inches 40.00 80.00 31 2 Pcs Tablet Counter Dispenser W/ Spatula, Material: Plastic 450.00 900.00 32 5 Jar Topical Anesthesia Gel, 20%, 32g 500.00 2,500.00 33 2 Pcs Hot Water Bag, Rubber Material, Rectangular Shape, Capacity: 1 L 450.00 900.00 34 2 Pcs Hot Water Bag, Rubber Material, Rectangular Shape, Capacity: 500 Ml 450.00 900.00 35 2 Tube Ophthalmic Ointment Terramycin Ophthalmic Ointment Oxytetracycline Hci, Polymyxin B Sulfate, 5mg/10000units/g, 3.5g, Ophthalmic Ointment, Antibacterial 1,200.00 2,400.00 36 2 Unit Magnifying Glass, 65mm, 2x 160.00 320.00 Other Medical Supplies Pgns-bac-005-fm Rev.00 3 Of 12 Effectivity Date: July 17, 2023 Rfq No.: 25-06-0362 Approved Budget For The Contract Quotation/offer Item No. Qty. Unit Item Description/technical Specifications Unit Price Total Price Unit Price Total Price Brand/model 37 1 Unit Adult Standard Wheelchair (heavy Duty) -chromed Stainless Steel Finish-foldable-padded Armrest, Leg Support, Foot Plate-leatherette Design For Easy Cleaning -iv Pole Attachment Available-18kg Net Weight-19.5 Inches Seat Width-100kg Weight Capacity 15,000.00 15,000.00 38 1 Unit Bp Apparatus W/ Bp Cuff Standard Adult, Bp (aneroid),(heavy Duty), Standard Cotton Cuff, Air Release Valve With Spring, Standard End Valve, Durable, Standard Latex Valve 3,800.00 3,800.00 39 1 Unit Bp Apparatus W/ Bp Cuff Standard Adult, Bp (digital) (heavy Duty) At Least With Minimum Requirements: Digital Pressure Monitor Display: Lcd Digital Display, Memory: 120 Memories In 4 Groups With Date And Time, Irregular Heartbeat Detection, Low Battery Detection, Automatic Power -off Power Source: 4 Aa Batteries Or Ac Adapter, Unit 6,500.00 6,500.00 40 2 Pcs Thermometer (heavy Duty), Digital, Battery Operated Actual Test With Beeper, Replaceable Battery, Automatic Shut-off, High Accuracy And Fast Response Low Battery Indication, Easy To Read Digital Display Peak-hold And Auto Shut-off Functions, Shock-resistant And Child-safe, Takes 60 Seconds To Measure Body Temperature Can Be Used In Oral, Recta And Under Armpit, Battery: One 1.5 V Dc Button Battery 250.00 500.00 41 1 Unit Thermometer (heavy Duty), Digital, Non Contact Infrared Measuring Distance: 1-5cm Po-wer Supply: Dc:3v(2xaa) Bat-tery (not Included) Measurement Mode: Body Mode / Scan Mode Automatic Shutdown: 8s Package Size: 160 * 90* 40mm Package Weight: 170g 3,500.00 3,500.00 Medical Devices Pgns-bac-005-fm Rev.00 4 Of 12 Effectivity Date: July 17, 2023 Rfq No.: 25-06-0362 Approved Budget For The Contract Quotation/offer Item No. Qty. Unit Item Description/technical Specifications Unit Price Total Price Unit Price Total Price Brand/model 42 2 Pcs Digital Thermometer, Actual Test With Beeper, Replaceable Battery, Automatic Shut-off, High Accuracy And Fast Response Low Battery Indication, Easy To Read Digital Display Peak-hold And Auto Shut-off Functions, Shock-resistant And Child-safe, Takes 60 Seconds To Measure Body Temperature Can Be Used In Oral, Recta And Under Armpit, Battery: One 1.5 V Dc Button Battery 250.00 500.00 43 1 Unit Stethoscope Adult (heavy Duty),-stainless Steel "super Flex" Binaural Tubing Assembly -high Acoustic Sensitivity-dual Head As Each Side Focuses On Different Sound Frequencies-can Detect Low-frequency Lung Sounds Or High-frequency Heart Sounds Via The Flat Side Of The Scope 3,900.00 3,900.00 44 1 Pc Patient Chart Holder Flip Pastic, W-25cm- #50 800.00 800.00 45 2 Pcs Medicine Basket With Three Compartments (caddy Basket) , Plastic, Material: Pp Plastic 350.00 700.00 46 1 Unit Pulse Oximeter Fingertip For Adult (heavy Duty) At Least With Minimum Requirements: Measurement Range | Spo2: 35%~99%; Pr: 30~250 Bpm, Precision | Spo2: 70%~99%; ±2%; 35%~69% (unspecified); Pulse Rate: 30~250bpm; ±3, Power Supply | 2 X “aaa”alkaline, Pulse Oximeter Finger Type, Lase, Manual, Battery Operated 3,900.00 3,900.00 47 1 Unit Pulse Oximeter Fingertip For Neonatal (heavy Duty) At Least With Minimum Requirements: Spo2 Measuring Range:70%~99%, Pr Measuring Range:30bpm-240bpm, Power Consumption: Below 30ma, Lithium Battery: 200ma, Charging Cable: Type-c, Battery Low Indicator, Auto Power Off Function Saves Power, Package Contents: 1 * Pulse Oximeter, 1 * Usb Cable,1 * Product Manual, 1 * Box, 1 * Lanyard 2,900.00 2,900.00 Pgns-bac-005-fm Rev.00 5 Of 12 Effectivity Date: July 17, 2023 Rfq No.: 25-06-0362 Approved Budget For The Contract Quotation/offer Item No. Qty. Unit Item Description/technical Specifications Unit Price Total Price Unit Price Total Price Brand/model 48 1 Unit Digital Room Temperature (heavy Duty) Hygrometer With Refrigerator Temperature, Digital, Material: Plastic, In Out Temperature, Max/min Temperature Memory, Range:- 10°c To 50°c And -40°c To 70°c, Indoor Hygro Range:20% Rh To 98% Rh, Accuracy: ± 1°c Rh± 5%, °c To °f Exchangeable 700.00 700.00 49 1 Unit Trolley/cart For Oxygen Tank (heavy Duty) 50lbs Tank Trolley 2 - 4" Heavy Duty Wheels (1 With Lock) 2 - 6" Heavy Duty Wheels With Chain Can Carry Up To 50 Lbs Oxygen Tank 6,000.00 6,000.00 50 1 Pc Urinal Basin Plastic, Size: 21x10x12.5cm, Capacity: About 1000ml, Lightweight, With Handle Grip, Portable 500.00 500.00 51 1 Pc Kelly Hemostatic Forceps, Curved, 14cm 2,500.00 2,500.00 52 1 Pc Mayo Dissecting Scissors, Straight, 17cm 2,200.00 2,200.00 53 6 Gallon Disinfectant Liquid Solution, 4liters Alkyl (50% C14, 40% C12, 10% C16) Dimethyl Benzyl Ammonium Saccharinate= 0.10% Ethanol= 58.00%, Other Ingredients= 41.90% (total 100%)" 2,500.00 15,000.00 54 1 Box Dental Needle G30 Short, (0.31x21mm ), 100's/box 600.00 600.00 55 2 Box Dental Needle, G27 Long, (0.41x30mm), 100's/box 600.00 1,200.00 56 2 Box Dental Needle, G27 Short, (0.41x21mm), 100's/box 600.00 1,200.00 57 1 Box Dental Suturing Needle (half Round) No.17, 12packs/box 650.00 650.00 58 6 Box Lidocaine Hci 2% With Epinephrine (carpule), 50pcs/box 3,500.00 21,000.00 59 1 Pc Lidocaine Ointment 50g ( Lidocaine, Usp , Mint Flavor) 450.00 450.00 60 30 Pcs Ice Bag 11 Inch, Material: Polyester + Pvc 500.00 15,000.00 61 6 Rolls Autoclave Tape 1x10 Yard, 3m 2,500.00 15,000.00 62 5 Spools Cotton Sutures 2-0, Spools 12s/box Cotton Thread Spool, 2/0, (12’s) Packaging: 12’s / Box 750.00 3,750.00 63 24 Tube Lubricating Jelly 150 G Tube, Sterile 250.00 6,000.00 64 5 Box Surgical Blade #10, 100pcs/box 500.00 2,500.00 65 5 Box Surgical Blade No. 11, Stainles Steel, Sterile 100 Per Box 2,200.00 11,000.00 2025-03-0361 - For The Use Of Catubig District Hospital. Surgical Instruments Dental Supplies Other Medical Supplies Disinfectant/antiseptic Pgns-bac-005-fm Rev.00 6 Of 12 Effectivity Date: July 17, 2023 Rfq No.: 25-06-0362 Approved Budget For The Contract Quotation/offer Item No. Qty. Unit Item Description/technical Specifications Unit Price Total Price Unit Price Total Price Brand/model 66 10 Box Surgical Cap/ Bouffant Cap, 100s/box Disposable Hair Net Non-woven, Anti Dust Stripe Cap, 250.00 2,500.00 67 75 Box Torniquet Rubber Flat, Size:1 X 17.5″ 200pcs/box 200.00 15,000.00 68 12 Tube Optalmic Ointment Terramycin Ophtalmic Ointment Oxytetracycline Hci, Polymyxin B Sulfate, 5mg/10000units/g, 3.5g, Ophthalmic Ointment, Antibacterial 1,200.00 14,400.00 69 1 Bottle Instrument Sterilizer (heavy Duty) ( High Temperature Sterilizer With Removable Stainless Steal Tank,material: Iron + Stainless Steel, Timer: 60 Min Adjustable, Temperature: 50-200 0c Adjustable, Voltage: Ac220-240v, Power: 300w, Frequency: 50-60hz Item Size: Approx. 31 * 18 * 15cm / 12.2 * 7.1 * 5.9inch, With Ups (1200va-650 Uninterruptible Power Supply) Output Capacity: 1200va/650w Output (on Battery): 220v-240v, 50/50hz +/- 1hz, Input Power: 220v-240v, 50/60hz +/- 5hz (auto Sensing) Features: Battery Backup Outlets With Surge Protection, Medical Grade Surge Automatic Voltage Regulation(avr) 45,000.00 45,000.00 70 2 Unit Nebulizer (heavy Duty) At Least With Minimum Requirements: Dimensions: 6.3" (w) X 10.5" (h) X 10.1" (d) Free Air Flow: 12 Lpm Typical Max Pressure: 30 Psig Or Greater Sound Level: 51-55 Dba Warranty: Limited 5 Year Weight: 7.1 Lbs 32,000.00 64,000.00 71 3 Unit Thermometer, Digital, Non-contact Infrared (heavy Duty) Measuringdistance: 1-5cm Po-wer Supply: Dc:3v(2xaa) Bat-tery (not Included) Measurement Mode: Body Mode / Scan Mode Automatic Shutdown: 8s Package Size: 160 * 90* 40mm Package Weight: 170g 3,500.00 10,500.00 Medical Devices Pgns-bac-005-fm Rev.00 7 Of 12 Effectivity Date: July 17, 2023 Rfq No.: 25-06-0362 Approved Budget For The Contract Quotation/offer Item No. Qty. Unit Item Description/technical Specifications Unit Price Total Price Unit Price Total Price Brand/model 72 12 Pcs Rectal Thermometer Digital Flexible (heavy Duty), Response Time: Around 1 Minuter Or Second, Range: 32.0°c-42.9°c(90.0°f 109.9°f), Display: Liquid Crystal Display, 3 /4 1/2 Digits,last Reading Memory,fever Alarm,auto-shutoff, Battery: One 1.5v Dc Button Battery Included, Battery Size: Lr41 Or Lr 3110 Replaceable, Battery Life: About 2500 Times For Average Using, Dimension: 12.6cm X 2cm X 1.1cm (l X W X H), Weight: Approx 9.6 Grams Including Battery 600.00 7,200.00 73 6 Unit Stethoscope For Pedia (heavy Duty)-made With Stainless Steel "super Flex" Bin Aural Tubing Assembly And Color Coordinated Plastic Retaining And Non-chill Rings-high Acoustic Sensitivity-dual Head As Each Side Focuses On Different Sound Frequencies-can Detect Low-frequency Lung Sounds Or High-frequency Heart Sounds Via The Flat Side Of The Scope 3,600.00 21,600.00 74 2 Unit Stethoscope (heavy Duty), Adult And Pediatric, Binaural Construction: Single Lumen, Chestpiece Size: 1.3 Inch / 3.3 Cm, 1.7 Inch / 4.3 Cm, Chestpiece Technology : Double Sided, Chestpiece Weight: 2.9 Ounce (82g), Diaphragm Material: 1.7 Inch, Diaphragm Material: Epoxy/fiberglass, Eartip Type: Soft Sealing, With Extra Eartips, Headset Material: Wide Diameter Aerospace Alloy / Anodized Aluminum, Length: 27 Inxh (69cm), Net Weight: 5.3 Oz (150g) 16,000.00 32,000.00 75 1 Unit Eent Diagnostic Set (heavy Duty) Set Consist Of The Following: 1 Otoscope Head, 1 Ophthalmosope Head, 1 Handle For Otoscope And Ophthalmoscope Head, 2 Attachable Laryngeal Mirrors ( Size 3 And 4) Useful For Exminatiton Of The Oro-pharyx, 1 Expandable (reusable) Nasal Speculum ( For Nose), 1 Bent Arm Trans-illuminator, 1 Tounge Blade Holder, 2 Separate Bulbs (led / Xenon Both Are Available) 3 Pcs Of Ear Specula ( Size 2.5 Mm / 3.5 Mm / 4.5 Mm), Diagnostic Kit's Light Intensity Is Adustable, Packed In Plastic Case.. Autoclavable At 134c° 25,000.00 25,000.00 76 1 Unit Pulmonary Function Test/ Peak Expiratory Flow Rate (heavy Duty) (pefr) Tube 3,500.00 3,500.00 Pgns-bac-005-fm Rev.00 8 Of 12 Effectivity Date: July 17, 2023 Rfq No.: 25-06-0362 Approved Budget For The Contract Quotation/offer Item No. Qty. Unit Item Description/technical Specifications Unit Price Total Price Unit Price Total Price Brand/model 77 2 Unit Spine Board W/ Straps (heavy Duty) With Holes Around The Stretcher For Convenient Trasportation On Head End There Is A Space To Fix Head Immobilizer. Floats In Water. Equipped With 2 Safety Belts Spider Strap At Least With Minimum Requirements: Size: Length 184 X Kwidth 45 X Height 6cm Load Capacity: 160kg 4,500.00 9,000.00 78 1 Unit Neurological Hammer (heavy Duty), Size: 20x5.1cm, Triangle Type 3,000.00 3,000.00 79 1 Unit Newborn Digital Weighing Scale W/o Infantometer Indicator : Embedded, (heavy Duty) At Least With Minimum Requirements: Capacity : 20 Kg / 44 Lb, Graduation : 5g < 10kg > 10g 0.01 Lb < 22 Lb > 0.02 Lb Dimensions Overall: 560(w) X 342(d) X 105(h) Mm 22.0(w) X 13.5 (d) X 4.1 (h) Inch Platform: 320(w) X 310(d) X 35(h) Mm 12.6 (w) X 12.2 (d) X 1.4 (h) Inch Tray: 560(w) X 290(d) X 65(h) Mm 22.0 (w) X 11.4 (d) X 2.6 (h) Inch Device Weight : 2.6 Kg (5.7 Lb) Power Source : 9v Battery Adapter 32,000.00 32,000.00 80 2 Unit Trolley/cart For Oxytgen Tank (heavy Duty) 50lbs Tank Trolley 2 - 4" Heavy Duty Wheels (1 With Lock) 2 - 6" Heavy Duty Wheels With Chain Can Carry Up To 50 Lbs Oxygen Tank 6,000.00 12,000.00 Pgns-bac-005-fm Rev.00 9 Of 12 Effectivity Date: July 17, 2023 Rfq No.: 25-06-0362 Approved Budget For The Contract Quotation/offer Item No. Qty. Unit Item Description/technical Specifications Unit Price Total Price Unit Price Total Price Brand/model 81 1 Unit Vaccine Carrier ; Vaccine Storage Capacity: 3 Litres (heavy Duty) At Least With Minimum Requirement: Weight Fully Loaded: 7.3 Kg, Weight Empty: 3.1 Kg External Surface Material: Polyethylene, Internal Lining Material: Polyethyleneinsulation Material: Polyurethane Foam, Insulation Thickness:25 27 Mm, Internal Dimensions:19x26x16 Cm (hxwxd),vaccine Storage Dimensions: 16x20x10 Cm (hxwxd), Lid Type & Fixings:hinged,number Of Icepacks Required:7 (1x0.6 Litre + 6x0.3 Litre), Number Of Icepacks Supplied: 7 (1x0.6 Litre + 6x0.3 Litre),icepack Type: E5/09 (0.6 Litre) And E5/08 (0.3 Litre),robustness In Drop Test, Fittings 3; Casing 4,cold Life, Without Opening (up To +10°c): 30.3 Hrs. At +43°, Warm Life 0°c): 12.9 Hrs At -20°c, External Dimensions: 30 X 37 X 29 Cm (hxwxd), Shipping Weight/volume (1 Piece): 4.5 Kg / 0.034 M³ 20,000.00 20,000.00 82 6 Pcs Halsted-mosquito Haemostatic Forceps, Curved, 12.5cm 2,500.00 15,000.00 83 6 Pcs Halsted-mosquito Haemostatic Forceps, Straight, 12.5cm 2,500.00 15,000.00 84 2 Pcs Stainless Steel Tissue Forcep With Teeth Straight. Side Grasping. 7 X 7 Teeth. 4-3/4"l 5,000.00 10,000.00 85 6 Pcs Kelly Haemostatic Forceps, Curved, 14cm 2,500.00 15,000.00 86 6 Pcs Kelly Hemostatic Forceps, Curved 7", Stainless Steel 3,000.00 18,000.00 87 3 Pcs Kelly-rankin Haemostatic Forceps, Curved, 16cm 2,900.00 8,700.00 88 3 Pcs Kelly-rankin Haemostatic Forceps, Straight, 16cm 2,900.00 8,700.00 89 3 Pcs Mayo Dissecting Scissors, Straight, 17cm 2,200.00 6,600.00 90 3 Pcs Mayo Scissors, Straight 7 1/4", Stainless Steel 3,000.00 9,000.00 91 3 Pcs Metzembaun Scissors, Straight 7", Stainless Steel 3,000.00 9,000.00 92 3 Pcs Mayo Hegar Needle Holder 14cm 2,000.00 6,000.00 93 3 Pcs Mayo-hegar Needle Holder,medium Fine Pattern, 18cm 2,450.00 7,350.00 94 3 Pcs Mayo-hegar Needle Holder,medium Fine Pattern, 20cm 2,650.00 7,950.00 Surgical Instruments Pgns-bac-005-fm Rev.00 10 Of 12 Effectivity Date: July 17, 2023 Rfq No.: 25-06-0362 Approved Budget For The Contract Quotation/offer Item No. Qty. Unit Item Description/technical Specifications Unit Price Total Price Unit Price Total Price Brand/model 95 1 Set Delivery Instrument Set Primigravid (heavy Duty) 1 Mixing/solution Bowl 3 Qt. 2 Iodine Cup 6 Oz. 2 Emesis Basin 12 Oz. 2 Instrument Tray 2 Instrument Tray Cover 2 Rochester-ochsner Forceps Straight 1x2 Teeth 2 Spencer Wells Forceps Straight 2 Spencer Wells Forceps Straight 2 Rampley Sponge Forceps 1 Scalpel Handle #4 2 Javerts Placenta Forceps Serrated Jaws 1 Umbilical Scissors Technical Specifications: All Instruments Specified Above Must Be Grade 316 Stainless Stell: Non-corrossive To All Chemicals; Water Or Bodily Fluids. Sturdy, Handles Are Specially Crafted For Easy Rotation, Better Control And Greater Control. Warranty: Replaceable Within One Year From Acceptance And Delivery If Instruments Should Have Shown Reactions To Cleaning Chemicals Or Bodily Fluids. 35,000.00 35,000.00 Total 681,290.00 Remarks: Mailyn Balleta Canvasser Proprietor/authorize Representative (signature Over Printed Name) Pgns-bac-005-fm Rev.00 11 Of 12 Effectivity Date: July 17, 2023 Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information As Required In This Form. 2. The Price Quotation/s Shall Be Valid For A Period Of 60 Calendar Days From The Date Of Submission. 3. The Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. 4. All Quotations Which Exceeds The Approved Budget For The Contract Shall Be Rejected. 5. The Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, And Other Terms And Conditions Stated Herein. 6. Any Alterations, Interlineations, Or Overwriting Shall Not Be Allowed Including The Terms And Conditions Of Rfq. 7. The Item/s Shall Be Delivered Within _30_ Calendar Days From Receipt Of The Purchase Order. 8. The Provincial Government Of Northern Samar Shall Have The Right To Inspect And/or Test The Goods To Confirm Their Conformity To The Technical Specifications. 9. Warranty Security For A Minimum Period Of Three Months, In The Case Of Expendable Supplies, Or A Minimum Period Of One Year In The Case Of Semi-/non-expendable Supplies, After Acceptance By The Procuring Entity Of The Delivered Supplies Or Specified Warranty Condition By The End-user. 10. For Drugs, Medicines And Medical Supplier, In Compliance With Coa Circular No. 2023-004 The Following Documents Are The Additional Documentary Requirements Upon Delivery Of Drugs And Medicines And Medical Supplies, To Wit: 1. Certificate Of Product Registration (cpr) 2. Certificate Of Good Manufacturing Practices (cgmp) 3. Batch Release Certificate 4. Certificate As Authorized Distributor/supplier. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Pgns Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies That The Pgns May Take. Pgns-bac-005-fm Rev.00 Rfq No.: 25-06-0362 12 Of 12 Effectivity Date: July 17, 2023

DEPT OF THE NAVY USA Tender

Machinery and Tools
United States
Closing Date5 May 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n743.40|wvd|717-605-2379|scott.r.youngblood2.civ@us.navy.mil | item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| markings Level I/subsafe/dss-soc/triper|5|||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E.| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8||||||||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material|n/a|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material|n50286|tbd|133.2|n/a|n/a|n39040 - Certifications|n/a|n /a|see Dd Form 1423 |port_ptnh_wawf_notification@navy.mil Scott.r.youngblood2.civ@us.navy.mil | navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| warranty Of Data--basic (mar 2014)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (mar 2025)(deviation 2025-o0003 And2025-o0004))|13|332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x|| this Amendment Is To Update The Small Business Set-aside To N, Due To Solicitation Being Sole-source In Nature. This Amendment Also Updates The Solicitaiton To Dx Rating. All Other Aspects Of This Solicitation Remain The Same. \ 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2. Portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference Ton00102 Within This Order Should Be Updated To N50286. 3. The Following Proposed Delivery Schedule Applies: submission Of Certification Data Cdrls Will Be On Or Before 20 Days Prior To Scheduled Delivery. Pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt Of Certification Dd 1423 Cdrls. Final Delivery Of Material Will Be On Or Before 365 Days After Effective Date Of The Resulting Contract. 4. Any Contract Awarded As A Result Of This Solicitation Will Be "dx" Rated Order; "dx" Rated Order Certified For National Defense Use Under The Defense Prior 5. This Order Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf). 6. This Item Requires Oxygen Cleaning. See Local Textwsstermdz01 And Wsstermez01. \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2.3 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order. drawing No Cage Rev Distr Cd ;v3c10197 99517 D B; document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-std-1330 | | |e |220516|a| | | document Ref Data=sae Ams 5643 | | |w |211201|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=0900-lp-001-7000 | | | |810101|c| |01| document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;poppet To Be In Accordance Vacco Drawing V3c10197 Item No. 2, Except As Amplified Or Modified Herein.; 3.2 Oxygen Cleaning - This Material Must Be Cleaned, Tested, Packaged & Labeled By Trained Personnel And Procedures In Accordance With Mil-std-1330, General. 3.3 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;poppet; material - ;sae Ams 5643, Condition H1025; 3.4 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings And Specifications Is Still Required, But Certifications Are Only Required As listed Below. test - Non-destructive Tests item - ;weld Repair And/or Production Weld (as Applicable); performance - Per Applicable Fabrication Specification acceptance - Per Applicable Fabrication Specification 3.5 O-ring Grooves And Mating Sealing Surfaces Must Be Inspected Per The Contractually Invoked Drawings Or Specifications. When The Drawings Or Specifications Do Not Provide Specific Defect Criteria Or State That No Defects Are Allowed, The General Acceptance criteria (gac) Standard Must Be Used For Inspecting O-ring Grooves And Mating Sealing Surfaces Only. Repairs To Sealing Surfaces And O-ring Grooves With Unacceptable Defects May Be Accomplished Within The Limits Of The Size And Tolerances Provided In The applicable Drawing. Repairs Thatwould Exceed These Limits Require Approval (including Final Dimensions). The Data That Is Red Lined (crossed Out) Is Excluded From The Gac For This Contract And Is Not To Be Used For Acceptance Or Rejection Criteria. The Gac document Is Identified As Contract Support Library Reference Number Csd008 At Https://register.nslc.navy.mil/ 3.6 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel Applications, or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification Data Must Be submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.7 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.7.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.7.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.7.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.8 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.9 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further application Of The Above Documents Is Prohibited.prohibited. 3.9.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. 3.10 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.11 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. 3.12 Welding Requirements - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In Addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As part Of The Certification Oqe Package Submitted By The Contractor. note: These Requirements Do Not Apply To Tack/spot Welds When The Conditions Of Section 4.2.1.1 Of S9074-ar-gib-010a/278 Are Met. 3.12.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.12.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted, citing The Drawing Number And Pieces To Be Welded. (i.e. ''wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc'.' Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz'') 3.12.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010/248, S9074-ar-gib-010a/278, And the Contract. 3.12.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application. 3.12.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual agreement Between The Vendor And Dcma. 3.12.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted as Part Of The Qualification Data. 3.12.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element. 3.12.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.12.9 When Production Or Repair Welding Is Required On Titanium Materials, The Applicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval. 3.12.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf. 3.12.11 A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following: a) Filler Metal Lot Number(s) b) Specification And Type c) A Positive Statement That The Vendor Has Obtained Oqe And Verified Thateach Lot Of Weld Filler Material Conforms To Specification Requirements. d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption. 3.12.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor,the Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.13 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-4 3.13.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.13.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.13.3 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. 3.13.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly Notify the Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.13.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.14 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. 3.14.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.14.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided by The Government Representative. 3.15 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.15.1 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. 3.15.2 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. 3.15.3 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. 3.15.4 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. 3.15.5 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. 3.16 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: 3.16.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.16.2 Inspection For Completeness And Proper Type. 3.16.3 Verification Of Material Quality Received. 3.16.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.16.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.16.6 Identification And Protection From Improper Use Or Disposition. 3.16.7 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. 3.16.8 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. 3.16.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.17 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. 3.17.1 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 This Contract/purchase Order. 3.18 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. 3.18.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing. 3.18.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And the Tag Securely Affixed To The Material. 3.18.3 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ; 3.19 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: 3.19.1 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. 3.19.2 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.) 3.19.3 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. 3.19.4 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. 3.19.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.20 Material Handling - The Written Material Control Process Must Include The Following: 3.20.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.20.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.20.3 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. 3.20.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors. 3.20.5 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.20.6 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.21 Receiving Inspection - 3.21.1 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. 3.21.2 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. 3.22 Discrepancy Reporting - 3.22.1 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 Quality Assurance Representative (qar). 3.23 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.23.1 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. 3.23.2 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. 3.23.3 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. 3.23.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.24 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed - Oct 29 2010 - Added Sampling Std For Li In-process Testing - Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - 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 - Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 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.

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date31 Mar 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n743.30|wvd|717-605-2379|scott.r.youngblood2.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||| 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|tbd|n50286|tbd|133.2|n/a|n/a|n39040 - Certifications |n/a|n/a|see Dd Form 1423 |port_ptnh_wawf_notific ation@navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery|one Year From Date Of Delivery||||| warranty Of Data--basic (mar 2014)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (jan 2025)|13|332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x|| any Contract Made As A Result Of This Solicitation Will Be Pursuant To The Emergency Acquisition Flexibilities. dd1423 Data Item A001 May Be Waived If Already On File At Navsup Wss Mechanicsburg. any Contract Awarded As A Result Of This Solicitation Will Be"dx" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). this Item Requires Oxygen Cleaning And Requires Navy Sourcecertification Prior To O2 Cleaning. \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2.3 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order. drawing No Cage Rev Distr Cd ;v3d10076 99517 J B; document Ref Data=fed-std-h28 | | |b |190424|a| | | document Ref Data=fed-std-h28 |0020| |b |941221|a| |01| document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-a581 | | |b |950910|a| | | document Ref Data=astm-a582 | | | |211101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-std-1330 | | |e |220516|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a|1 | | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=0900-lp-001-7000 | | | |810101|c| |01| document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;bonnet For Inlet/by-pass Manual Valve Assembly Must Be In Accordance With Vacco Valves Drawing V3d10076 Item 2, Except As Amplified Or Modified Herein.; 3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;bonnet; material - ;astm-a581, Type 303 Or Astm-a582, Type 303; 3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings And Specifications Is Still Required, But Certifications Are Only Required As listed Below. test - Non-destructive Tests item - ;weld Repair And/or Production Weld (as Applicable); performance - Per Applicable Fabrication Specification acceptance - Per Applicable Fabrication Specification 3.4 Oxygen Cleaning - This Material Must Be Cleaned, Tested, Packaged & Labeled By Trained Personnel And Procedures In Accordance With Mil-std-1330, General. 3.5 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel Applications, or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification Data Must Be submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.6 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent inspection In Accordance With Asme B1 Series Is Acceptable. 3.6.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement. 3.6.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System 22 of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222. 3.6.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.7 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.8 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further application Of The Above Documents Is Prohibited.prohibited. 3.8.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. 3.9 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.9.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.9.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.9.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.10 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.11 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.12 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. 3.13 Welding Requirements - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In Addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As part Of The Certification Oqe Package Submitted By The Contractor. note: These Requirements Do Not Apply To Tack/spot Welds. 3.13.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.13.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted, citing The Drawing Number And Pieces To Be Welded. (i.e. ''wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc'.' Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz'') 3.13.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010, S9074-ar-gib-010a/278,248d The contract. 3.13.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application. 3.13.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual agreement Between The Vendor And Dcma. 3.13.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted as Part Of The Qualification Data. 3.13.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element. 3.13.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.13.9 When Production Or Repair Welding Is Required On Titanium Materials, Theapplicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval. 3.13.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf. 3.13.11 A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following: a) Filler Metal Lot Number(s) b) Specification And Type c) A Positive Statement That The Vendor Has Obtained Oqe And Verified That Each Lot Of Weld Filler Material Conforms To Specification Requirements. d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption. 3.13.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.14 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-4 3.14.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.14.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.14.3 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. 3.14.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly Notify the Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.14.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.15 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. 3.15.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.15.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided by The Government Representative. 3.16 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.16.1 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. 3.16.2 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. 3.16.3 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. 3.16.4 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. 3.16.5 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. 3.17 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: 3.17.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.17.2 Inspection For Completeness And Proper Type. 3.17.3 Verification Of Material Quality Received. 3.17.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.17.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.17.6 Identification And Protection From Improper Use Or Disposition. 3.17.7 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. 3.17.8 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. 3.17.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.18 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. 3.18.1 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 This Contract/purchase Order. 3.19 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. 3.19.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing. 3.19.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And the Tag Securely Affixed To The Material. 3.19.3 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ; 3.20 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: 3.20.1 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. 3.20.2 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.) 3.20.3 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. 3.20.4 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. 3.20.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.21 Material Handling - The Written Material Control Process Must Include The Following: 3.21.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.21.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.21.3 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. 3.21.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors. 3.21.5 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.21.6 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.22 Receiving Inspection - 3.22.1 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. 3.22.2 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. 3.23 Discrepancy Reporting - 3.23.1 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 Quality Assurance Representative (qar). 3.24 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.24.1 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. 3.24.2 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. 3.24.3 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. 3.24.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.25 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed - Oct 29 2010 - Added Sampling Std For Li In-process Testing - Sep 30 2008 - Thread Inspection Requirements Were Clarified - Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - 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 - Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 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.
5431-5440 of 5544 archived Tenders