Oxygen Tenders
ILOCOS SUR MEDICAL CENTER CANDON CITY, ILOCOS SUR Tender
Healthcare and Medicine
Philippines
Details: Description "republic Of The Philippines Department Of Health Ilocos Sur Medical Center Heroes Bypass Road, Brgy. Parioc Primero, Candon City, Ilocos Sur" Request For Quotation Company Name: Quotation No. 25-03-0028-01 Company Address: Date: Please Quote Your Best Price On The Item/s Listed Below, Subject To The General Terms And Conditions. Submit Your Quotation Duly Signed By An Authorized Company Representative Not Later Than Until 3:00 Pm Only , Sealed And Enclosed In The Provided Return Envelope To The Procurement Unit Or Via Electronic Mail At Ismcbackupprocu @gmail.com Quotations Submitted Beyond The Deadline Will No Longer Be Accepted And Are Deemed Disqualified. Karla Mae A. Briones, Md, Dpps Bac Chairperson General Terms And Conditions: 1. All Entries Must Be Written Legibly And In Complete Details. Interlineations, Erasures, Or Overwritings Are Only Valid If Signed By An Authorized Company Representative. 2. The Conditions Of The Offer, Other Than What Is Required By This Request For Quotation Must Be Properly Indicated. Otherwise, Ismc Shall Assume That The Offer Automatically Complies With All The Requirements Of This Request For Quotation. 3. Do Not Leave A Section Blank. Write "no Bid" For The Items Not Applicable. 4. Bidders Shall Submit Brochures With Specification/s Of The Product/s Being Offered, If Necessary. 5. "for Drugs, Medicines, Vaccines And Medical Supplies/devices, The Following Documents Must Be Attached Along With This Quotation: (1) Certificate Of Product Registration; (2) Valid License To Operate; (3) Duly Notarized Dealership Agreements, Distributorship Agreements Or Any Notarized Document Authorizing The Bidder To Sell The Product; (4) Batch Notification For Antibiotics Issued By The Food And Drug Administration (fda) To The Marketing Authorization Holder (mah); And, (5) Lot Release Certificate For Vaccines Issued By The Fda To The Mah." 6. Unless Otherwise Indicated, The Evaluation And Award Must Be Made On A Per Item Basis. 7. Contract Must Be Awarded To The Bidder With The Lowest Calculated Responsive Bid (for Goods And Infrastructure) Or, The Highest-rated Offer For Consulting Services). 8. "for New Bidders/suppliers, The Following Documentary Requirements Must Be Submitted Along With This Quotation As Prescribed By ""annex H"" Of The 2016 Revised Irr Of R.a. 9184: (1) Mayor's/business Permit; (2) Professional License/curriculum Vitae (for Consulting Services); (3) Certificate Of Philgeps Registration; (4) Pcab License (for Infra.); (5) Nfcc (for Infra.); And, (6) Income/business Tax Return (if Applicable)" 9. Notarized Omnibus Sworn Statement (oss) Is Required For Transactions With Abc Above P50k As Prescribed By "annex H" Of The 2016 Revised Irr Of R.a. 9184. 10. Delivery Without The Presence Of An Authorized Representative Shall Not Be Allowed. Item No. Item Description Uom Qty Abc Brand/model Unit Price Total Price 1 3 Way Foley Catheter Fr 20 Pc 10 300.00 3,000.00 2 3 Way Foley Catheter Fr 22 Pc 6 300.00 1,800.00 3 3 Way Foley Catheter Fr 24 Pc 10 300.00 3,000.00 4 Adult Manual Resuscitator Set 10 2,000.00 20,000.00 5 Anesthesia Circuit Adult Set 1 1,250.00 1,250.00 6 Anesthesia Circuit Pedia Set 1 1,250.00 1,250.00 7 Anesthesia Circuit Neonate Set 1 1,250.00 1,250.00 8 Asepto Syringe Pc 70 75.00 5,250.00 9 Bacterial / Viral Filter For Ventilator Main Flow (22mm Id X 15mm Id / 22mm Od. Bacterial Efficiency 99.9992%, Viral Efficiency 99.990%. Deadspace Is 45.9ml Flow Resistance Approximately 1.8 Cmh20 At 60 Lpm. Pc 15 600.00 9,000.00 10 Bedpan ,plastic, Disposable Pc 15 120.00 1,800.00 11 Blood Transfusion Set Pc 150 120.00 18,000.00 12 Cautery Pad Long (dettachable) Pc 20 500.00 10,000.00 13 Cautery Pencil, Twin Button, Cord Length 3m Pc 10 450.00 4,500.00 14 Ctg Paper, 150x90x15mm Pc 15 650.00 9,750.00 15 Crepe Bandage 2" Pc 15 120.00 1,800.00 16 Crepe Bandage 4" Pc 15 120.00 1,800.00 17 Crepe Bandage 6" Pc 15 120.00 1,800.00 18 Cord Clamp, Umbilical Clamp Pc 200 15.00 3,000.00 19 Ctt Bottle W/ Glass Tubing, 1000ml Bot 3 320.00 960.00 20 Chromic 2-0 Round 12's Box 5 480.00 2,400.00 21 Diaper Adult Large Pc 20 200.00 4,000.00 22 Diaper Adult Medium Pc 20 200.00 4,000.00 23 Disposable Gown Non Woven Pc 100 50.00 5,000.00 24 Disposable Facemask 3-ply With Earloof 50pcs/box Box 40 75.00 3,000.00 25 Ecg Leads, 50's Pack 20 950.00 19,000.00 26 Ecg Paper 20 X 80mm Roll 15 100.00 1,500.00 27 Elastic Bandage 4" Pc 25 90.00 2,250.00 28 Elastic Bandage 6" Pc 25 140.00 3,500.00 29 Endotracheal Tube 7.5mm (non-cuffed) Pc 50 75.00 3,750.00 30 Examination Gloves, Nitrile 100/box, Small Box 50 400.00 20,000.00 31 Examination Gloves, Nitrile 100/box, Medium Box 170 400.00 68,000.00 32 Examination Gloves, Nitrile 100/box, Large Box 160 400.00 64,000.00 33 Epidural Set, Tuohy Bevel, G 18 Pc 2 1,800.00 3,600.00 34 Gastric Duodenal Tube Fr. 16 Silicone With Xray Opaque Line Pc 10 230.00 2,300.00 35 Guidel Airyway # 90mm Yellow Pc 5 70.00 350.00 36 Gastric Duodenal Tube Fr. 5 Pc 10 80.00 800.00 37 Heplock/3-way Stopcock (100's/box) Box 5 1,050.00 5,250.00 38 Hgt Strip 50's Compatible With Sinocare Box 15 480.00 7,200.00 39 Hgt Strips 25's, Code 596 (must Be Compatible W/ Partners Brand) Box 20 350.00 7,000.00 40 Heat And Moisture Exchanger Filter Pc 30 200.00 6,000.00 41 Patient Id Bracelet , White Adult (100's/box) Box 15 650.00 9,750.00 42 Patient I.d. Bracelet, Blue Pedia (100's/box) Box 5 650.00 3,250.00 43 Patient I.d. Bracelet, Pink Pedia (100's/box) Box 5 650.00 3,250.00 44 Sterilization Indicator Tape Roll 5 320.00 1,600.00 45 Iv Cannula G18, 100/box Box 2 2,800.00 5,600.00 46 Iv Cannula G20, 100/box Box 1 2,800.00 2,800.00 47 Iv Cannula G22, 100/box Box 3 2,800.00 8,400.00 48 Insulin Syringe 100's/box Box 3 1,100.00 3,300.00 49 Iv Cannula G. 26 100's Box 2 2,800.00 5,600.00 50 Jackson Pratt Drain Pc 10 850.00 8,500.00 51 Kidney Basin Plastic, Disposable Pc 25 70.00 1,750.00 52 Lap Sponge 12x12 Pc 200 150.00 30,000.00 53 Lubricating Jelly Tube 150g Tube 15 150.00 2,250.00 54 Medical Viscose Tape 4" Piece 10 930.00 9,300.00 55 Macroset, Iv Infusion Set Pc 625 40.00 25,000.00 56 Male Urinal Plastic Pc 20 80.00 1,600.00 57 Measuring Cup Pc 150 75.00 11,250.00 58 Medicine Cup,30ml Pc 100 10.00 1,000.00 59 Medical Tape 1"12/box (1x10 Yards) Box 25 820.00 20,500.00 60 Microset, Iv Infusion Set Pc 250 40.00 10,000.00 61 Nasal O2 Cannula Adult Pc 100 60.00 6,000.00 62 Nelaton Straight Catherter Fr.14 Pc 10 30.00 300.00 63 Nelaton Straight Catherter Fr.16 Pc 10 30.00 300.00 64 Or Towel Pc 35 90.00 3,150.00 65 Oxygen Mask Adult Pc 70 80.00 5,600.00 66 Paratulle (10's/box) Box 10 350.00 3,500.00 67 Plaster Of Paris 6 " Pc 5 275.00 1,375.00 68 Povidone Iodine Betadine 10 % Gallon 1 1,400.00 1,400.00 69 Povidone Iodine Skin Cleanser 7.5 % Gallon 2 1,580.00 3,160.00 70 Polyglycolic Acid Or Polyglactin (1/2c 40mm), Atleast 90cm, Round, 0, Braided, Coated, Absorbable, 12/box (antibacterial) Box 1 3,500.00 3,500.00 71 Polyglycolic Acid Or Polyglactin (1/2c 40mm), Atleast 90cm, Round, 1-0, Braided, Coated, Absorbable, 12/box (antibacterial) Box 1 3,500.00 3,500.00 72 Polyglycolic Acid Or Polyglactin (1/2c 26mm), Atleast 70cm, Cutting, 3-0, Braided, Coated, Absorbable, 12/box (antibacterial) Box 3 5,000.00 15,000.00 73 Polyglycolic Acid Or Polyglactin (1/2c 26mm), Atleast 70cm, Round, 3-0, Braided, Coated, Absorbable, 12/box (antibacterial) Box 1 5,000.00 5,000.00 74 Polyglycolic Acid Or Polyglactin (1/2c 26mm), Atleast 70cm, Round, 4-0, Braided, Coated, Absorbable, 12/box (antibacterial) Box 2 4,800.00 9,600.00 75 Polyglycolic Acid Or Polyglactin (3/8c 19mm), Atleast 70cm, Cutting, 4-0, Braided, Coated, Absorbable, 12/box (antibacterial) Box 1 4,800.00 4,800.00 76 Polyglycolic Acid Or Polyglactin (1/2c 17mm)rb1, Atleast 70cm, Round, 4-0, Braided, Coated, Absorbable, 12/box (antibacterial) Box 2 4,800.00 9,600.00 77 Polypropylene Blue Monofilament (1/2c 26mm), Atleast 75 Cm, 2-0, Round, Double Arm, 12/box (antibacterial) Box 1 6,000.00 6,000.00 78 Polypropylene Blue Monofilament (1/2c 17 Mm), Atleast 90cm, 5-0 Round, Double Arm 12/box (antibacterial) Box 2 6,000.00 12,000.00 79 Polypropylene Blue Monofilament (3/8c 9.3 Mm), Atleast 60 Cm, 6-0 Round, Double Arm 12/box (antibacterial) Box 2 6,500.00 13,000.00 80 Polyamide Monofilament (3/8c 26mm), Atleast 45 Cm, Cutting, 2-0, 12's Box 2 7,000.00 14,000.00 81 Polyamide Monofilament (3/8c 19mm), Atleast 45 Cm, Cutting, 3-0 12's Box 2 7,000.00 14,000.00 82 Polyamide Monofilament (3/8c 19mm), Atleast 45 Cm, Cutting, 4-0 12's Box 2 7,000.00 14,000.00 83 Polypropylene Blue Monofilament (3/8c 9.3 Mm), Atleast 60 Cm, 7-0 Round, Double Arm 12/box (antibacterial) Box 2 6,500.00 13,000.00 84 Scrub Brush W/ Povidone, 30/box Box 7 2,100.00 14,700.00 85 Shoe Cover Refill Compatible For Automatic T Backle Shaped Disposable Plastic Shoe Cover Dispenser Machine Pack 6 400.00 2,400.00 86 Silk 0 Strands, 15x60 Cm, Box Of 12's Box 1 5,750.00 5,750.00 87 Silk 1-0 Strands, 15x60 Cm, Box Of 12's Box 2 5,750.00 11,500.00 88 Silk 2-0 Strands, 15x60 Cm, Box Of 12's Box 3 5,750.00 17,250.00 89 Silk 3-0 Strands, 15x60 Cm, Box Of 12's Box 2 5,750.00 11,500.00 90 Silk 4-0 Strands, 15x60 Cm, Box Of 12's Box 3 5,750.00 17,250.00 91 Silk (1/2c 40 Mm), Atleast 75cm, 1-0 Cutting, Box Of 12's Box 3 6,200.00 18,600.00 92 Silk (3/8c 30 Mm) Atleast 75 Cm, 2-0 Cutting, Box Of 12's Box 2 8,100.00 16,200.00 93 Silk (3/8c 19mm) Atleast 75 Cm, 3-0 Cutting, Box Of 12's Box 3 6,000.00 18,000.00 94 Skin Stapler Pc 25 700.00 17,500.00 95 Soluset Pc 250 200.00 50,000.00 96 Spinal Needle G 25 (25's) Box 1 2,500.00 2,500.00 97 Surgical Gloves 6.5 Box 150 45.00 6,750.00 98 Surgical Gloves 7.0 Box 150 45.00 6,750.00 99 Surgical Gloves 7.5 Box 150 45.00 6,750.00 100 Surgical Gloves 8.0 Box 150 45.00 6,750.00 101 Syringe 3cc 100/box Box 26 700.00 18,200.00 102 Syringe 10cc 100's /box Box 5 800.00 4,000.00 103 Tongue Depressor ( 100/box) Box 1 95.00 95.00 104 Torniquet Box 2 1,400.00 2,800.00 105 Underpad, 10's Pack 25 250.00 6,250.00 106 Ventilator Circuit Adult (bicolored Corrugated Tubing, Allows Identification Of Either The Inspiratory Or The Expiratory Limb. Standard Connectors To Fit With Most Ventilators And Humidifiers. Flexible And Lightweight. Separate Water Traps (2),with Available Options To Accommodate Different Patient Requirement. 1.8 Meter Breathing Circuit Adult Manifold). Set 15 2,000.00 30,000.00 107 Wee Bag 100's (urine Collector) Box 3 700.00 2,100.00 108 Yankauer Suction Set Piece 136 350.00 47,600.00 "please Attach The Following: (if Applicable) 1. Certificate For Medical Device Notification (cmdn) For Class A Equipment 2. Certificate For Medical Device Registration (cmdr)/certificate Of Product Registration (cpr) 3. Compliance Certification To Applicable And Relevant Iso Or National And International Technical Standard Depending On Device Class And Required Regulatory Control. 4. Brochure 5. Authorized Distributorship" Total Approved Budget For Contract (abc) 999,790.00 Total Offer #ref! For Any Inquiries Regarding This Request For Quotation, Please Call Us At 09538832343 Or Email Us At Ismcbackupprocu @gmail.com Delivery Period: 30 Calendar Days Upon Receipt Of Purchase Order/notice To Proceed After Having Carefully Read And Understood Your General Terms And Conditions, I Quote You On The Item/s At Price/s Noted Above. Price Validity: Purchase Request No: 25-02-0046 Dated February 08, 2025 Rbac Resolution No: 001 S. 2025 Small Value Procurement Purpose: Medical Supplies Essentials For Patients Of Ismc Signature Over Printed Name Of Authorized Company Representative Position/designation Contact No./e-mail Address Rommel G. Gacula Signature Over Printed Name Of Designated Canvasser Date Accomplished
Closing Date14 Mar 2025
Tender AmountPHP 999.7 K (USD 17.4 K)
Province Of Ifugao Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacgoodsifugao13@gmail.com Invitation To Bid Publication No. 10-2025-g (first Publication) For Medical Equipment 1. The Provincial Government Of Ifugao, Through The General Fund Intends To Apply The Sum Of Five Million Eight Hundred Fifty Thousand Pesos Only (php5,850,000.00) Being The Abc To Payments Under The Contract For Publication No. 10-2025-g. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. (please See Attached “annex 1” For The Item/s To Be Bidded). 2. The Provincial Government Of Ifugao Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Calendar Days From Receipt By The Winning Bidder Of The Purchase Order. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (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 The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below During 8:00 O’clock Am To 5:00 O’clock Pm. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On April 15, 2025 To May 15, 2025 Upon Presenting A Proof Of Payment In Person, Of A Non-refundable Bidding Fee Of Ten Thousand Pesos (php 10,000.00). 6. The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao Will Hold A Pre-bid Conference On April 24, 2025 At 1:30 P.m. At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On Or Before 1:30 P.m. Basing On The Bac Office - Wall Clock Of May 15, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On May 15, 2025 At 2:00 In The Afternoon At The Address Stated Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Ifugao Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: The Secretariat On Goods Bids And Awards Committee Bacgoodsifugao13@gmail.com 0926-937-1170 Date Of Posting: April 15, 2025 Carmelita B. Buyuccan Bac Chairperson "annex 1" Item No. Item Description Qty. Unit Of Issue Unit Cost Total Cost Viii. Medical Equipment 1 Digital Radiography, Heavy Duty, Branded 1 Unit Scintillator: Csl Active Area: 42.7x42.7cm Pixel Number 3072x3072-3073x3073 Pixelpitch: 139um-150um Limiting Resolution: 3.6-5.6 Ip/mm Adc: 16bit-24bit Sensitivity( Lsb/ugy): 500-700 Minimum Triggering Dose(mgy): 900-1000 Data Interlace: Wireless And Ethernet Drop Test: 1cm-5cm Dust And Water Proof: Ipx1 Load: (distributed): 150kg-200kg Dimension: 460x460x15.1mm Wieght: Not More Than 4.6kg Battery Operation Time: 4-5hrs Battery Charge Time: 2-3hrs Other Requirements: 1. Detector Can Be Use As Wired And Wireless 2. With 2 Workstation (radtech And Doctor) Radtech Specs: Intel I5-i7 6gb-8gb Ram 256-512ssd 500gb-1tb Hdd Full Hd Monitor With Avr/ups Doctor Waorkstation: Intel I5-intel I7 6gb-8gb Ram 256-512 Ssd 500gb-1tb Hdd Full Hd Monitor With Avr/ups With Mini Pacs System 3. Free Clabiration Of X-ray: Bidder Must Have Calibration Tools For Traceability. 4. With Built In Memory Of At Least 200-300 Images *documentary Requirements: Certificate Of Distributorship From The Manufacturer Fda Certificate 1 Year Warranty For Parts 2 Years For Services/pms 2 Defibrillator With Paddles, Fully Automated External,zero Button Portable, Us Made/branded 2 Set Screen: 7-10 Inches(17.7cm) Diagonally,tft Display Energy Selection: 0,3,5,7,10,20,30,50,100,200,300,360 Joule Charging Time: Maximum 8-10 Sec. Ecg: I,ii, Iii, A Vr, A Vl, A Vf, V1-v6 Pilse Rate: Pulse Range: 0-300bpm Pulse Accuracy: 2bpm Nibp: Method: Automatic Oscillation Working Mode: Manual/automatic Measure:adult: 10-250mmhg Ement: Pediatric: 10-200mmhg Rage:neonatal: 10-135mmhg Temp: Measurement Range:20-45 Celsius Spo2: Spo2 Value,pulse Histogram,waveform, Pulse Power Supply: Ac:100-240,50-60hz Dc:chargable,ni-mh Battery,12-15v Dimensions:320-325mmx250-255mmx410-415mm 3 Automated External Defibrillator 1 Set Operation Mode: Automatic, Heavy Duty, Branded Patient Type: Adult; Pediatric Pads Included: Adult Aed Pads Included Electrode Types: Cpr-d-pads Waveform: Rectilinear Biphasic Energy Selection: 50 J, 70 J, 85 J, 120 J, 150 J, 200 J Battery Type: 123a Lithium Charging Time-maximum: 10 Sec Shelf Life: 5 Yr. Features: Cpr Compression Depth Bar Gauge, Ecg, Elapsed Time, Shock Count 4 Eent Set Diagnostic Set With Opthalmoscope And Otoscope (branded) 2 Set 1 Battery Handle, 1 Otoscope Head, 1 Ophthalmoscope Head, 1 Set Of 3 Ear Specula (2,3,4m) 1 Nasal Speculum And 2 Laryngeal Mirrors (20 And 22mm) 1 Lamp Holder, 1 Tongue Blade Holder 5 Ecg Machine, Heavy Duty, Branded 1 Set 3.5-4 Lcd Display Power Supply: Ac:100-240,50/60hz, Dc 7.4,3700 Mah Rechargable Lithium Battery Frequency Response: 0.05hz-150hz(-3 Db-0.4db) Cmrr: >60 Db,>100db (add Filter) Ac Filter: 50-60hz Sampling Rate: 1000hz-1500hz Recording Way: Thermal Printing System Recording Papers: 80-85mm(w) X 20-25m (l) Paper Speed: Auto Record: 25mm-50mm, Manual Record: 5,10, 25, 50mm, Rhythm Record: 25mm, 50mm Classification: Class I, Cf Applied Part Enduring Polarazing Voltage: -/+500mv Sensitivity Choice: 5,10,20mm/mv{error:-/+5%} Fuse Specification: 2pcs(5*20mmac Time Lags); Ti,6al250v(power Supply: 220v) 6 Seroligical Centrifuge,12 Placer, Heavy Duty, Branded 1 Set Max Speed: 5000-5050rpm-550rpm At 50hz-60hz Maximum Rcf: 3555xg Maximum Capacity: 12x15ml Speed Accuracy: 30rpm-50rpm Time Range: 1min.-99min. Power Supply: Ac220-/+22v50/60hz 3a Power Consumption; 250w-300w Dimension: 380-385x500-505x3009-3010mm) 7 Pipette Shaker, 6 Placer, Heavy Duty, Branded 1 Pc Capacity: 6pipittes Switch: 3positions, On/off/timer 0-15min. Maximun Speed: 2500rpm-3000rpm Power Supply: Ac110v 50-60hz Dimensions: W150-155xd135-140xh160-165mm 8 Microscope, Binocular, Heavy Duty, Branded 1 Pc Parallel Light Zoom Stereo Microscope 0.63x-8x Zoom Lens, Large Zoom Ratio1:12.5 5-45c Titable Trinocular Inclination Adjustable For Easy Use Pl10x/23mm High Eye-point Wide Field Plan Eyepiece,diopter Adjustable Upper/bottom/oblique/coaxialillumination ,polarized Analyzer Optional Zoom Knob Can Switch Bet. With/without Click Stop 9 Laryngoscope,neonatal, Heavy Duty, Branded 1 Pc Blade Flattened To Move Patients Tongue Aside Rather Than Compressed Flat Base To Help Hold The Tongue Out Of The Field Of View Increased By Modifying The Cross-sectoral Area Of The Blade W/out Altering Width Of Height. 10 Laryngoscope, Pedia, Heavy Duty, Branded 1 Pc Blade Flattened To Move Patients Flat Base To Help Hold The Tongue Out Of The Field Of View. Over All Field Of View Increased By Modifying Thye Cross Sectional Area Of The Blade Without Altering Width Or Height. 11 Hematocrit Centrifuge, Heavy Duty, Branded 1 Set Speed:500-12000rpm Timer: 0-15min. Digital Timer Capicity: 24xcapillary Tube Weight(kg): N.w. 13.0/g.w. 14.5 Overall Dimension: W320-325xd355-360xh255-260mm 12 Infusion Pump, Heavy Duty, Branded 1 Pc Pumping Mechanism: Curvilinear Perostalric Iv Sets: Compatible With Iv Sets Of Any Standards Accuracy: Dedicated Iv Sets:+3%,standard Iv Sets;+5% Volume: 1-9999ml Kvo Rate: 4ml/h Alarms: Occlusion,air-in-line, Door Open,end Program ,low Pressure Air-in-line Detection: Ultrasonic Detector Power Supply,ac: 100-230 Vac, 50-60hz, 20 Va Battery Life: 3hrs At The 30ml/h Working Temp.: 10-40 ͦc Atmospheric Pressure: 175-180*126-150*215-220mm 13 Ctg Machine, Heay Duty, Branded 1 Unit Fhr Working Frequency: 1.0mhz-2.0mhz Transducer: Multi-crystals, Wide Wave Beam,pulsed-waved Working Mode Strength: <5mw/cm2 Toco Range: 0-100units Display: 7-8'' Display Dimension: 295-300dx240-245wx73-75h Mm 14 Suction Apparatus Heavy Duty, Branded 2 Unit Power Supply: 220-250vac, 50hz-60hz 2-pc Poly Carbonate Jars(3l Capacity Each) 2m Long Suction Hose, Nipple , Silicon Type: With Overflow Protection,with Bacterial Filter, With 4 Caster & Brake, With Double Oil-less Piston 15 Clinical Centrifuge, Heavy Duty, Branded 1 Set Speed: 500-6000rpm Max, R.c. F.:4,185g Display: Led Digital Display For Time, Speed And Rcf Timer:0-30min Capacity: 8x(5-15)ml Standard Accessory: (5-7)ml,(10-15)ml Tube Adapter 16 Fetal Doppler, Heavy Duty, Branded 2 Pc Working Frequency: 1.0mhz-2.0mhz+10% Ultrasonoc Output Power: Lob<10mw/cm2 Reflecting Target Speed: 10cm/s-40cm/s Fhr Measuring Range: No Narrow Than 50bpm-240bpm(+bpm) Fhr Accuracy: + 2bpm 17 Emergency Transfer Stretcher,heavy Duty, Branded 2 Set Mechanical Structure For Height Adjustment, Steel Crank One Button Lay Down Pp Side Rail,gas Spring Controlled Pp Surface Easy To Clean, With Removable Mattress Backrest Raising With Cpr Release,gas Spring Controlled Steering Wheel Technology,shock Proof With Iv Pole Socket At Both Sides Of Head Part & Oxygen Tank Holder 250kg-3000kg Max Capacity Dimension: 1930-1935mmx640-645mmx500-900mm 18 Emg Machine (electromyogram) 1 Unit Technical Specification: 2 Channel Emg Combined Wit 4 Channels 2 Channel Ets With 4 Stimulation Emg Biofeedback Between Stimulation Nmes,tens,emg And Ets Programs Features: Touch-screen With Full Colour Display Pre-set Programmes For Incontinence Treatment And Dysphagia Problems. Designed For In-clinic Or Home Use. 2 Channel Emg(biofeedback) Combined With 4 Channels Nmes(stimulation) 2 Channel Ets(emg Triggered Stimulation) With Stimulation On 4 Channels Single-phase Or Multi-phase Operation; Multiphase Allows Emg/ets/stim To Be Combined In One Programme. Multilingual Lcd Screen And Voice Prompts For Biofeedback Manual And Automatic Threshold Control 9 To 10 Meters Of Wireless Connection For Neuro Trac Software Terms And Conditions: Dilivery: Warranty: Training/ Installation: Free Accessories: 1 Pair Free Butterfly Dysphagia Pads, Lead Wire, Case, Stand & Mannual Xxxxxxxxxxxxxxxxxxxxxxxxxx 19 Therapeutic Ultrasound Machine 1 Unit Technical Specifications: Ac 100-240v Weight: 1.8 To 2.0kg Dimensions: 285 X 197 X 153mm Frequency: .8 To 1 Mhz, 3 Mhz Features: Colour Touchscreen Technology Dual Frequency Ultrasound (1mhz And/or 3mhz) Programmable Memory Easy Wipe Clean Reducing The Risk Of Cross-infection 14 Treatment Protocols: Trigger Point Low Irritability, Tendon Injury/lesion, Chronic Osteoarthritis, Rheumatoid Arthritis, Tennis Elbow, Carpl Tunnel Syndrome, Fibromyalgia, Soft Tissue Stretch, Impengement Syndrome,calcific Tendonitis, Perineal Pain(persistent And Partum) Mains Powered As Standard, Optional Battery Availble Terms And Conditions: Delivery 4-6 Weeks Upon Confirmed Purchase Order Warranty: 2 Year; Parts And Service Training/installation Free Accessories Large Applicator With Trolley Xxxxxxxxxxxxxxxxxxxxxxxxxx 20 Radial Shockwave Teraphy Machine 1 Unit Technical Specifications: Compressor Free Ballistic Radial Shockwave Therapy System With Electromagnetic Generator As Projectile Accelerator Power Levels Energy: 60 To 185 (equivalent To 1-5 Bar) Frequency 20 To 22 Hz Modes: 4 Burst Modes (continuous/4/8/12pulses) Protocols: More Than 25 Illustrated Preset Treatment Recommendations Easily Transported: 2.07kg (controller Unit Only) 7’’ Color Touch-screen For All Software Operations Dimensions:290x240x130mm (l/w/h) Applicators: 6/15/25mm Supplied With The Most Comfortable Applicator With Special Ergonomic Grip Minimum 2 Million Shocks Maximum 3 Million Shocks Voltage 100-240 Volts *7” Colour Touch Screen *multi-preset Treatment Protocols *“plug And Play“ System *no Air Compressor *low Maintenance Cost *easy To Use Terms And Conditions: Warranty: 2 Year; Parts And Service Training/installation: Free Accessories: Applicator Head, Footswitch, Silicone Cap, Alluminum Carrying Case And Trolley ***nothing Follows*** Total 5,850,000.00 Prepared By: Eleanor A. Oyami Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods & Infrastructure
Closing Date15 May 2025
Tender AmountPHP 5.8 Million (USD 105 K)
Province Of Ifugao Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacgoodsifugao13@gmail.com Invitation To Bid Publication No. 15-2025-g (second Publication) For Medical Equipment 1. The Provincial Government Of Ifugao, Through The General Fund Intends To Apply The Sum Of Five Million Eight Hundred Fifty Thousand Pesos Only (php5,850,000.00) Being The Abc To Payments Under The Contract For Publication No. 15-2025-g. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. (please See Attached “annex 1” For The Item/s To Be Bidded). 2. The Provincial Government Of Ifugao Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Calendar Days From Receipt By The Winning Bidder Of The Purchase Order. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (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 The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below During 8:00 O’clock Am To 5:00 O’clock Pm. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On May 22, 2025 To June 17, 2025 Upon Presenting A Proof Of Payment In Person, Of A Non-refundable Bidding Fee Of Ten Thousand Pesos (php 10,000.00). 6. The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao Will Hold A Pre-bid Conference On May 29, 2025 At 1:30 P.m. At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On Or Before 1:30 P.m. Basing On The Bac Office - Wall Clock Of June 17, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On June 17, 2025 At 2:00 In The Afternoon At The Address Stated Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Ifugao Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: The Secretariat On Goods Bids And Awards Committee Bacgoodsifugao13@gmail.com 0926-937-1170 Date Of Posting: May 22, 2025 Carmelita B. Buyuccan Bac Chairperson "annex 1" Item No. Item Description Qty. Unit Of Issue Unit Cost Total Cost Viii. Medical Equipment 1 Digital Radiography, Heavy Duty, Branded 1 Unit Scintillator: Csl Active Area: 42.7-44x42.7-44cm Pixel Number 3072x3072-3073x3073 Pixelpitch: 139um-150um Limiting Resolution: 3.6-5.6 Ip/mm Adc: 16bit-24bit Sensitivity( Lsb/ugy): 500-700 Minimum Triggering Dose(mgy): 900-1000 Data Interlace: Wireless And Ethernet Drop Test: 1cm-5cm Dust And Water Proof: Ipx1 Load: (distributed): 150kg-200kg Dimension: 460x460x15.1mm Wieght: Not More Than 4.6kg Battery Operation Time: 4-5hrs Battery Charge Time: 2-3hrs Other Requirements: 1. Detector Can Be Use As Wired And Wireless 2. With 2 Workstation (radtech And Doctor) Radtech Specs: Intel I5-i7, 14th Generation, Licensed 6gb-8gb Ram 256-512ssd 500gb-1tb Hdd Full Hd Monitor, Size: 22-24"x 18-20" With Avr/ups Doctor Workstation: Intel I5-i7, 14th Generation, Licensed 6gb-8gb Ram 256-512 Ssd 500gb-1tb Hdd Full Hd Monitor, Size: 22-24"x 18-20" With Avr/ups With Mini Pacs System 3. Free Clabiration Of X-ray: Bidder Must Have Calibration Tools For Traceability. 4. With Built In Memory Of At Least 200-300 Images *documentary Requirements: Certificate Of Distributorship From The Manufacturer Fda Certificate 1 Year Warranty For Parts 2 Years For Services/pms 2 Defibrillator With Paddles, Fully Automated External,zero Button Portable, Us Made/branded 2 Set Screen: 7-10 Inches(17.7cm) Diagonally,tft Display Energy Selection: 0,3,5,7,10,20,30,50,100,200,300,360 Joule Charging Time: Maximum 8-10 Sec. Ecg: I,ii, Iii, A Vr, A Vl, A Vf, V1-v6 Pulse Rate: Pulse Range: 0-300bpm Pulse Accuracy: 2bpm Nibp: Method: Automatic Oscillation Working Mode: Manual/automatic Measure:adult: 10-250mmhg Ement: Pediatric: 10-200mmhg Rage:neonatal: 10-135mmhg Temp: Measurement Range:20-45 Celsius Spo2: Spo2 Value,pulse Histogram,waveform, Pulse Power Supply: Ac:100-240,50-60hz Dc:chargable,ni-mh Battery,12-15v Dimensions:320-325mmx250-255mmx410-415mm 3 Automated External Defibrillator 1 Set Operation Mode: Automatic, Heavy Duty, Branded Patient Type: Adult; Pediatric Pads Included: Adult Aed Pads Included Electrode Types: Cpr-d-pads Waveform: Rectilinear Biphasic Energy Selection: 50 J, 70 J, 85 J, 120 J, 150 J, 200 J Battery Type: 123a Lithium Charging Time-maximum: 10 Sec Shelf Life: 5 Yr. Features: Cpr Compression Depth Bar Gauge, Ecg, Elapsed Time, Shock Count 4 Eent Set Diagnostic Set With Opthalmoscope And Otoscope (branded) 2 Set 1 Battery Handle, 1 Otoscope Head, 1 Ophthalmoscope Head, 1 Set Of 3 Ear Specula (2,3,4m) 1 Nasal Speculum And 2 Laryngeal Mirrors (20 And 22mm) 1 Lamp Holder, 1 Tongue Blade Holder 5 Ecg Machine, Heavy Duty, Branded 1 Set 3.5-4 Lcd Display Power Supply: Ac:100-240,50/60hz, Dc 7.4,3700 Mah Rechargable Lithium Battery Frequency Response: 0.05hz-150hz(-3 Db-0.4db) Cmrr: >60 Db,>100db (add Filter) Ac Filter: 50-60hz Sampling Rate: 1000hz-1500hz Recording Way: Thermal Printing System Recording Papers: 80-85mm(w) X 20-25m (l) Paper Speed: Auto Record: 25mm-50mm, Manual Record: 5,10, 25, 50mm, Rhythm Record: 25mm, 50mm Classification: Class I, Cf Applied Part Enduring Polarazing Voltage: -/+500mv Sensitivity Choice: 5,10,20mm/mv{error:-/+5%} Fuse Specification: 2pcs(5*20mmac Time Lags); Ti,6al250v(power Supply: 220v) 6 Seroligical Centrifuge,12 Placer, Heavy Duty, Branded 1 Set Max Speed: 5000-5050rpm-550rpm At 50hz-60hz Maximum Rcf: 3555xg Maximum Capacity: 12x15ml Speed Accuracy: 30rpm-50rpm Time Range: 1min.-99min. Power Supply: Ac220-/+22v50/60hz 3a Power Consumption; 250w-300w Dimension: 380-385x500-505x3009-3010mm) 7 Pipette Shaker, 6 Placer, Heavy Duty, Branded 1 Pc Capacity: 6pipittes Switch: 3positions, On/off/timer 0-15min. Maximun Speed: 2500rpm-3000rpm Power Supply: Ac110v 50-60hz Dimensions: W150-155xd135-140xh160-165mm 8 Microscope, Binocular, Heavy Duty, Branded 1 Pc Parallel Light Zoom Stereo Microscope 0.63x-8x Zoom Lens, Large Zoom Ratio1:12.5 5-45c Titable Trinocular Inclination Adjustable For Easy Use Pl10x/23mm High Eye-point Wide Field Plan Eyepiece,diopter Adjustable Upper/bottom/oblique/coaxialillumination ,polarized Analyzer Optional Zoom Knob Can Switch Bet. With/without Click Stop 9 Laryngoscope,neonatal, Heavy Duty, Branded 1 Pc Blade Flattened To Move Patients Tongue Aside Rather Than Compressed Flat Base To Help Hold The Tongue Out Of The Field Of View Increased By Modifying The Cross-sectoral Area Of The Blade W/out Altering Width Of Height. 10 Laryngoscope, Pedia, Heavy Duty, Branded 1 Pc Blade Flattened To Move Patients Flat Base To Help Hold The Tongue Out Of The Field Of View. Over All Field Of View Increased By Modifying Thye Cross Sectional Area Of The Blade Without Altering Width Or Height. 11 Hematocrit Centrifuge, Heavy Duty, Branded 1 Set Speed:500-12000rpm Timer: 0-15min. Digital Timer Capicity: 24xcapillary Tube Weight(kg): N.w. 13.0/g.w. 14.5 Overall Dimension: W320-325xd355-360xh255-260mm 12 Infusion Pump, Heavy Duty, Branded 1 Pc Pumping Mechanism: Curvilinear Perostalric Iv Sets: Compatible With Iv Sets Of Any Standards Accuracy: Dedicated Iv Sets:+3%,standard Iv Sets;+5% Volume: 1-9999ml Kvo Rate: 4ml/h Alarms: Occlusion,air-in-line, Door Open,end Program ,low Pressure Air-in-line Detection: Ultrasonic Detector Power Supply,ac: 100-230 Vac, 50-60hz, 20 Va Battery Life: 3hrs At The 30ml/h Working Temp.: 10-40 ͦc Atmospheric Pressure: 175-180*126-150*215-220mm 13 Ctg Machine, Heay Duty, Branded 1 Unit Fhr Working Frequency: 1.0mhz-2.0mhz Transducer: Multi-crystals, Wide Wave Beam,pulsed-waved Working Mode Strength: <5mw/cm2 Toco Range: 0-100units Display: 7-8'' Display Dimension: 295-300dx240-245wx73-75h Mm 14 Suction Apparatus Heavy Duty, Branded 2 Unit Power Supply: 220-250vac, 50hz-60hz 2-pc Poly Carbonate Jars(3l Capacity Each) 2m Long Suction Hose, Nipple , Silicon Type: With Overflow Protection,with Bacterial Filter, With 4 Caster & Brake, With Double Oil-less Piston 15 Clinical Centrifuge, Heavy Duty, Branded 1 Set Speed: 500-6000rpm Max, R.c. F.:4,185g Display: Led Digital Display For Time, Speed And Rcf Timer:0-30min Capacity: 8x(5-15)ml Standard Accessory: (5-7)ml,(10-15)ml Tube Adapter 16 Fetal Doppler, Heavy Duty, Branded 2 Pc Working Frequency: 1.0mhz-2.0mhz+10% Ultrasonoc Output Power: Lob<10mw/cm2 Reflecting Target Speed: 10cm/s-40cm/s Fhr Measuring Range: No Narrow Than 50bpm-240bpm(+bpm) Fhr Accuracy: + 2bpm 17 Emergency Transfer Stretcher,heavy Duty, Branded 2 Set Mechanical Structure For Height Adjustment, Steel Crank One Button Lay Down Pp Side Rail,gas Spring Controlled Pp Surface Easy To Clean, With Removable Mattress Backrest Raising With Cpr Release,gas Spring Controlled Steering Wheel Technology,shock Proof With Iv Pole Socket At Both Sides Of Head Part & Oxygen Tank Holder 250kg-3000kg Max Capacity Dimension: 1930-1935mmx640-645mmx500-900mm 18 Emg Machine (electromyogram) 1 Unit Technical Specification: 2 Channel Emg Combined Wit 4 Channels 2 Channel Ets With 4 Stimulation Emg Biofeedback Between Stimulation Nmes,tens,emg And Ets Programs Features: Touch-screen With Full Colour Display Pre-set Programmes For Incontinence Treatment And Dysphagia Problems. Designed For In-clinic Or Home Use. 2 Channel Emg(biofeedback) Combined With 4 Channels Nmes(stimulation) 2 Channel Ets(emg Triggered Stimulation) With Stimulation On 4 Channels Single-phase Or Multi-phase Operation; Multiphase Allows Emg/ets/stim To Be Combined In One Programme. Multilingual Lcd Screen And Voice Prompts For Biofeedback Manual And Automatic Threshold Control 9 To 10 Meters Of Wireless Connection For Neuro Trac Software Terms And Conditions: Dilivery: Warranty: Training/ Installation: Free Accessories: 1 Pair Free Butterfly Dysphagia Pads, Lead Wire, Case, Stand & Mannual Xxxxxxxxxxxxxxxxxxxxxxxxxx 19 Therapeutic Ultrasound Machine 1 Unit Technical Specifications: Ac 100-240v Weight: 1.8 To 2.0kg Dimensions: 285-287 X 197-200 X 153-155mm Frequency: .8 To 1 Mhz, 3-4 Mhz Features: Colour Touchscreen Technology Dual Frequency Ultrasound (1mhz And/or 3mhz) Programmable Memory Easy Wipe Clean Reducing The Risk Of Cross-infection 14 Treatment Protocols: Trigger Point Low Irritability, Tendon Injury/lesion, Chronic Osteoarthritis, Rheumatoid Arthritis, Tennis Elbow, Carpl Tunnel Syndrome, Fibromyalgia, Soft Tissue Stretch, Impengement Syndrome,calcific Tendonitis, Perineal Pain(persistent And Partum) Mains Powered As Standard, Optional Battery Availble Terms And Conditions: Delivery 4-6 Weeks Upon Confirmed Purchase Order Warranty: 2 Year; Parts And Service Training/installation Free Accessories Large Applicator With Trolley Xxxxxxxxxxxxxxxxxxxxxxxxxx 20 Radial Shockwave Theraphy Machine 1 Unit Technical Specifications: Compressor Free Ballistic Radial Shockwave Therapy System With Electromagnetic Generator As Projectile Accelerator Power Levels Energy: 60 To 185 (equivalent To 1-5 Bar) Frequency 20 To 22 Hz Modes: 4 Burst Modes (continuous/4/8/12pulses) Protocols: More Than 25 Illustrated Preset Treatment Recommendations Easily Transported: 2.07-2.1kg (controller Unit Only) 7’’ Color Touch-screen For All Software Operations Dimensions:290-293x240-243x130-133mm (l/w/h) Applicators: 6/15/25mm Supplied With The Most Comfortable Applicator With Special Ergonomic Grip Minimum 2 Million Shocks Maximum 3 Million Shocks Voltage 100-240 Volts *7” Colour Touch Screen *multi-preset Treatment Protocols *“plug And Play“ System *no Air Compressor *low Maintenance Cost *easy To Use Terms And Conditions: Warranty: 2 Year; Parts And Service Training/installation: Free Accessories: Applicator Head, Footswitch, Silicone Cap, Alluminum Carrying Case And Trolley ***nothing Follows*** Total 5,850,000.00 Prepared By: Eleanor A. Oyami Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods & Infrastructure
Closing Date19 Jun 2025
Tender AmountPHP 5.8 Million (USD 104.8 K)
Western Visayas Sanitarium Doh Tender
Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
Philippines
Details: Description Invitation To Bid Procurement Of Various Engineering And Maintenance Supplies Ib No. 2025-06-011-g The Western Visayas Sanitarium And General Hospital, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Procurement Of Various Engineering And Maintenance Supplies Lot 1: Airconditioning And Refrigeration Supplies Lot 2: Plumbing Supplies Lot 3: Carpentry Supplies Lot 4: Electrical Supplies Lot 5: Tools And Equipment Location : Western Visayas Sanitarium And General Hospital Approved Budget For : Php 1,791,849.00 The Contract (abc) Lot 1: Php 727,700.00 Lot 2: Php 208,825.00 Lot 3: Php 199,704.00 Lot 4: Php 455,620.00 Lot 5: Php 200,000.00 Fund Source : Caf No. 2025-20-igf Delivery Period : Within Forty-five (45) Calendar Days After Receipt Of Notice To Proceed (ntp). Lot 1: Airconditioning And Refrigeration Supplies Abc: Php 727,700.00 Item No. Qty. Unit Of Issue Description 1 1 Set Welding And Cutting Outfit For Gas Welding, Cutting, Brazing And Heating Torches, Cutting Capacity: 6" (150mm), Welding Capacity: 1"(25mm), (inclusion: 263 Welding Torch W/ Check Valves, Welding Tips-sizes: 1,3,5 25 Gx-10 Oxygen Regulator, 25 Gx-1,5 Acytelene Regulator, 1/4"x20' Twin Hose W/ Fittings) 2 20 Pc Bearing, Ball Bearing #608 3 10 Pc Breaker, Circuit Breaker, Rail Type, 20a, With Plastic Enclosure 4 10 Pc Breaker, Circuit Breaker, Rail Type, 30a, With Plastic Enclosure 5 5 Pack Cable Tie, 100s 5x30mm 6 10 Pc Capacitor, Running Capacitor 50µf 7 6 Unit Condensate Removal Pump(drain Pump), For Split Type Airconditioning Unit, 3m Maximum Discharge Head, Capacity 400cc, Ac 220v-240v, 50/60hz, Temp. Range: 0°-50°c Max, Dimension: 18cm (l) X 12cm(w)x12cm(h), Drain Pipe Size:ø4.3mm X Ø6.5mm (5/32") 8 6 Roll Copper Tube 1/4" X 0.028" X 15m 9 5 Roll Copper Tube 3/8" X 0.028" X 15m 10 5 Roll Copper Tube 5/8" X 0.028" X 15m 11 5 Roll Copper Tube 1/2" X 0.028" X 15m 12 10 Gallon Evaporator Coil Cleaner (airconditioner) 13 43 Length Rubber Insulation 3/8" X 3/4" X 6' 14 50 Length Rubber Insulation 1/4" X 3/4" X 6' 15 30 Length Rubber Insulation 1/2" X 3/4" X 6' 16 30 Length Rubber Insulation 5/8" X 3/4" X 6' 17 30 Length Rubber Insulation 5/8" X 1/2" X 6' 18 30 Length Rubber Insulation 7/8" X 3/8" X 6' 19 40 Length Rubber Insulation 3/4" X 3/4" X 6' 20 30 Length Rubber Insulation 3/4" X 1/2" X 6' 21 5 Pc Magnetic Contactor, 30a, Single Phase, 450v 22 1 Set Manifold Gauge For R410-a (inverter) 23 1 Pc Map Gas Torch 24 20 Set Outlet, Aircon Outlet, 1-gang, 20a Wide Series 25 4 Bottle Penetrating Oil And Rust Remover, Wd40, 400ml 26 5 Pack Plastic Steel Epoxy (50-60g) 27 2 Tank Refrigerant, Freon Gas R-22 (13.6kg) 28 2 Tank Refrigerant, Freon Gas R-32 (9.3kg) 29 2 Tank Refrigerant, Freon Gas R410 (11.3kg) 30 5 Packs Sealant, High Grade Waterproofing Rubber Sealant, 250g 31 8 Pcs Switch, Honey Wheel Switch (thermostat) 32 5 Rolls Tape, Aero Tape (insulation Tape), 3mm Thick, 50mm Width, 30ft Long (self Adhesive) 33 10 Pcs Tape, Electrical Tape (big) 34 10 Rolls Tape, Polyethylene Tape 4" X 50m (white) 35 3 Packs Tox With Screw #6, 50s 36 3 Boxes Wire, Thhn Wire 2.0mm² (150m) 37 3 Boxes Wire, Thhn Wire 5.5mm² (150m) 38 20 Pcs Bearing, Ball Bearing 6201 39 2 Sets Pcb (window Type 1.0 Hp Inverter) 40 2 Sets Pcb (window Type 1.5 Hp Inverter) 41 2 Sets Pcb (window Type 2.0 Hp Inverter) 42 2 Sets Pcb (wall Mounted Type Indoor & Outdoor, 1.0 Hp Inverter) 43 2 Sets Pcb (wall Mounted Type Indoor & Outdoor, 1.5 Hp Inverter) 44 2 Sets Pcb (wall Mounted Type Indoor & Outdoor, 2.0 Hp Inverter) 45 2 Sets Pcb (wall Mounted Type Indoor & Outdoor, 2.5 Hp Inverter) 46 1 Unit Ladder, Heavy Duty (16') Aluminum (4' X 4') 47 1 Unit Rotary Hammer, Sds Plus, Chisel Function, 720 Watts. Three Mode: Rotary For Hammer Drilling, Drilling & Chisel Lot 2: Plumbing Supplies Abc: Php 208,825.00 Item No. Qty. Unit Of Issue Description 1 15 Pcs Coupling, Compression Coupling 1/2" 2 15 Pcs Coupling, Compression Coupling 3/4" 3 15 Pcs Coupling, Compression Coupling 1" 4 10 Pcs Elbow, Compresion Elbow 1'' (black) 5 10 Pcs Coupling, Compression Coupling 2" 6 9 Pcs Solvent Cement, 400cc 7 20 Pcs Elbow, Sanitary Pvc Elbow 2" X 45⁰ 8 15 Pcs Elbow, Sanitary Pvc Elbow 4" X 90⁰ 9 20 Pcs Elbow, Sanitary Pvc Elbow 4" X 45⁰ 10 30 Bottles Sink And Drain Declogger Solution (1l) 11 2 Gallons Marine Epoxy (1 Gal Set A And 1 Gal Set B) 12 10 Lengths Pipe, Sanitary Pvc Pipe 2" X 10' (s-1000) 13 10 Lengths Pipe, Sanitary Pvc Pipe 4" X 10' (s-1000) 14 20 Lengths Ppr Pipe 1/2", Pn20 15 10 Lengths Ppr Pipe 3/4", Pn20 16 10 Lengths Ppr Pipe 1", Pn20 17 5 Lengths Ppr Pipe 1 1/2", Pn20 18 20 Lengths Ppr Pipe 2", Pn20 19 15 Pcs Ppr Coupling 1/2" 20 8 Pcs Ppr Coupling 3/4" 21 9 Pcs Ppr Coupling 1" 22 15 Pcs Ppr Coupling 2" 23 15 Pcs Ppr Elbow 1/2" 24 8 Pcs Ppr Elbow 3/4" 25 8 Pcs Ppr Elbow 1" 26 15 Pcs Ppr Elbow 2" 27 10 Pcs Ppr Tee 1/2" 28 5 Pcs Ppr Tee 3/4" 29 5 Pcs Ppr Tee 1" 30 10 Pcs Ppr Tee 2" 31 10 Pcs Ppr Gate Valve 1/2" 32 5 Pcs Ppr Gate Valve 3/4" 33 5 Pcs Ppr Gate Valve 1" 34 10 Pcs Ppr Gate Valve 2" 35 10 Pcs Ppr Coupling Reducer 2"x1/2" 36 5 Pcs Ppr Coupling Reducer 2"x1 1/2" 37 10 Pcs Ppr Female Threaded Elbow 1/2" 38 5 Pcs Ppr Union Patente 2" 39 5 Pcs Ppr Male Threaded Adaptor 2" 40 5 Pcs Ppr Male Threaded Adaptor 3/4" 41 3 Sets Lavatory, Semi-pedestal. Modern Type Lot 3: Carpentry Supplies Abc: Php 199,704.00 Item No. Qty. Unit Of Issue Description 1 15 Sheets 3/4" Thk. Marine Plywood 2 15 Sheets 1/2" Thk. Marine Plywood 3 15 Sheets 1/4" Thk. Marine Plywood 4 20 Lenghts 2"x2"x10' S4s Solid Hard Wood 5 15 Pairs Drawer Slide 12" Soft Closing (pair) 6 25 Sets Stainless Door Knob Lever Type 7 12 Pairs Stainless Ball Bearing Hinges 4"x4" (pair) 8 10 Pcs Stainless Cabinet Handle 6", Modern Type 9 5 Kgs Wood Glue (1 Kg) 10 10 Packs No More Nail (100grams) 11 5 Kgs Finishing Nail 1" 12 5 Kgs Finishing Nail 1 1/2" 13 5 Kgs Common Nail 3" 14 5 Kgs Common Nail 4" 15 30 Lenghts Metal Studs 2"x4"x3m 0.4mm Thk. 16 20 Lenghts Metal Furring 0.4mm Thk. X 5m 17 3 Boxes Blind Rivets 1/8"x1/2", (1000's) 18 5 Pails Flat Latex Paint White 19 5 Pails Semi-gloss Latex Paint White 20 5 Gallons Wood Primer (water Base) 21 3 Gallons Epoxy Primer Reducer 22 2 Sets Marine Epoxy (1gal Set A, 1gal Set B) 23 3 Gallons Masonry Putty 24 2 Sacks Patching Compound (20 Kgs.) 25 10 Liters Latex Color Hanza Yellow, 1 Liter 26 15 Liters Latex Color Raw Siena, 1 Liter 27 5 Liters Latex Color Lamp Black, 1 Liter 28 3 Liters Latex Color Thalo Green, 1 Liter 29 3 Liters Latex Color Venetian Red, 1 Liter 30 10 Sets Paint Roller 4" Cotton Type 31 5 Pcs Paint Brush 1" 32 10 Pcs Paint Brush 3" 33 5 Tubes Silicone Sealant, White 34 1 Unit Silicone Sealant Gun 35 10 Pcs Steel Drill Bit 1/8" 36 10 Pcs Steel Drill Bit 5/32" 37 10 Pcs Steel Drill Bit 3/16" 38 4 Pcs Steel Drill Bit 1/4" 39 30 Pcs Cutting Disc 4" 40 5 Pcs Diamond Cutting Disc 4" Ultra Thin 41 5 Pcs Grinding Disc 4" 42 5 Kgs 6013 Welding Rod 43 1 Roll #16 G.i. Tie Wire (30kgs.) 44 5 Gallons Termite Control Wood Preservative Lot 4: Electrical Supplies Abc: Php 455,620.00 Item No. Qty. Unit Of Issue Description 1 30 Pcs Bulb, Led, 12 Watts Daylight 2 30 Pcs Bulb, Led, 7 Watts Daylight 3 60 Pcs Downlight, 6-inch Recessed Slim Square Downlight, Wide Beam Angle, 12w, Led Driver Included 4 60 Pcs Downlight, 6-inch Surface Square Downlight, Wide Beam Angle, 12w, Led Driver Included 5 30 Units Fan, 16" Orbit Ceiling Fan, Plastic Blade, Grey, 4-speed Rotary Switch, With Thermal Fuse Connection, Heavy Duty 6 20 Units Fan, 48" Ceiling Fan, Metal Blade, White, With Thermal Fuse Capacitor, 4-speed Switch 7 60 Pcs Led T8 Fluorescent Tube, 18w, 1200mm (length), 220v 8 50 Sets Outlet, 2-gang Universal Outlet (wide Series) 9 50 Sets Outlet, Duplex Universal Outlet With Ground 10 30 Sets Switch, 3-gang Switch, Wide Series 11 60 Pcs Tape, Electrical Tape 12 3 Rolls Wire, Tw Wire 14mm2 13 2 Rolls Wire, Tw Wire 30mm2 14 2 Pcs Bac06a Generator Switching Battery Charger, 24v 3a 15 2 Pcs Manual Fuel Extractor Hand Pump Self Priming Dispenser 25mm/1" 16 2 Pcs Magnetic Starter Switch Sigle Phase 3hp W/ Abs Plastic Enclosure Kts-clpb (kts-15clpb) 17 2 Pcs (rust Remover Oil) Multi Use Oil Multi Purpose Lubricants Oil 11.2oz 18 1 Pc 60w Electric Soldering Iron Adjustable Temp Electric Solder Iron Rework Station 19 2 Pcs Soldering Lead 0.8mm 60/40 Tin Lead Lot 5: Tools And Equipment Abc: Php 200,000.00 Item No. Qty. Unit Of Issue Description 1 5 Unit Electric Water Motor Pump (motor: 2 Hp, 230 Volt, Single Phase Motor • Pipe Connections: 1-1/2" Npt Suction / 1-1/2" Npt Discharge • Max Suction Lift: 25 Ft • Max Total Dynamic Head: 127 Ft • Max Discharge Pressure: 55 Psi Gpm/pressure Performance Rating. The Bidder’s Single Largest Completed Contract Similar To The Contract To Be Bid Should Have Been Completed Within 3 Years From The Date Of The Deadline Of Submission And Receipt Of Bids. Likewise, The Contract Price Of The Slcc Should Be At Least 50% Of The Sum Of The Abc Of The Lot(s) Joined. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. Interested Bidders May Join The Pre-bid Conference And Opening Of Bids Virtually Via Google Meet In The Link Provided: Meeting Link 1: Meet.google.com/nwr-hssm-oqt; 2: Meet.google.com/rhr-uzut-xip; 3: Meet.google.com/wvk-cxrt-iqb; 4: Meet.google.com/jak-dpkp-iig; 5: Meet.google.com/zss-kgwk-jxb; 6: Meet.google.com/jns-ctma-zbn; 7: Meet.google.com/gye-jnnv-irh; 8: Meet.google.com/dpd-rjed-trj; 9: Meet.google.com/hjh-fope-vky; 10: Meet.google.com/xat-wapd-orn. The Complete Schedule Of Activities Is As Follows: Bac Activities Schedule Availability Of Bidding Documents June 16, 2025 At 8:00 Am To 4:00 Pm And Up To Before 9:00 Am Of July 8, 2025, At The Procurement/bac Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Pre-bid Conference June 26, 2025 (thursday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Opening Of Bids July 8, 2025 (tuesday), 9:00 Am At The 3rd Floor, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Bid Documents May Be Acquired By Interested Bidders On The Dates And Address Above And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of: Lot 1: P1,000.00 Lot 2-5: P 500.00 Per Lot Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac/procurement Office On Or Before 9:00 Am Of July 8, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Wvs.doh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Western Visayas Sanitarium And General Hospital 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. For Further Information, Please Refer To: Noriel H. Gumban/jasond Rex A. Huy/jessie H. Jarbadan Bac Secretariat Western Visayas Sanitarium And General Hospital Sta. Barbara, Iloilo Tel. No.: (033) 332-4778 Loc. 119 Email: Wvsbac.procurement@gmail.com Website: Wvs.doh.gov.ph Renia Grace G. Salapare, Md, Fpafp, Mpa Medical Specialist Iii/bac Chairperson
Closing Date8 Jul 2025
Tender AmountPHP 1.7 Million (USD 31.7 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is Issued As A Request For Quote (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (effective 01/17/2025).
this Solicitation Is Set-aside For Small Businesses.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 339113 Surgical Appliance And Supplies Manufacturing. The Small Business Size Standard Is 800 Employees. The Fsc/psc Is 6530 Hospital Furniture, Equipment, Utensils, And Supplies.
the Department Of Veterans Affairs, Network Contracting Office 10 (nco 10), Veterans Integrated Services Network 10 (visn 10), Va Northern Indiana Located At 1700 East 38th Street, Marion, In 46953 Has A Requirement For A Commercial Brand Name Or Equal Denali Power-driven Mobile Patient Lifts And Accessories.
all Interested Companies Shall Provide Quotes For The Following:
item
description
qty
unit Price
total
1
52300-15 Denali 600 3 Casters W/15" Slingbar
5
â
â
2
52300-24 Denali 600 3 Casters W/24" Slingbar
1
â
â
3
52066 Wipeable Spl Sling - 600 Lbs
6
â
â
4
52384 Oxygen Tank Iv Pole Holder - Denali
6
â
â
5
52440 Patient Weight Scale - Denali
6
â
â
6
2503-007a Battery- Denali
6
â
â
7
52940a Wall Mount Battery Charging Station - Denali
6
â
â
salient Characteristics:
the Denali Is A Power-driven Mobile Patient Lift Designed With The Functionality Of A Ceiling Lift. The Ergonomic Design Of This Device Eliminates Push/pull Forces, Reducing The Risk Of Injury To Caregivers. The Lift At A Minimum Must Provide A Patient Sling Compatibility (loop Style Attachment) Capable Of Handling A Minimum Of 600 Pounds. The Height Adjustable Boom And Sling Bar Operate Independently Allowing Vehicle Extractions And Floor Recoveries.
the Power-driven Mobile Patient Lift Features:
standard Door Width Clearance Of 28 Inches
under Bed Clearance With Approximate 4.6 Or 3.4 Turning Diameter
o2 Tank Holder And Iv Pole
removable Battery For Wall Charging Station
battery Should Hold For Approximately 200 Lifts/charges
emergency Lowering Options Manual And Powered
sling Bar Options Of 15 And 24
3 Casters
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html.
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sept 2023)
far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998)
http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar)
far 52.204-7, System For Award Management (oct 2018)
far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020)
far 52.204-20, Predecessor Of Offeror, (aug 2020)
far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Service Or Equipment (nov 2021)
far 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023)
far 52.212-2, Evaluation Commercial Products And Commercial Services (nov 2021)
far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (may 2024)
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
far 52.225-2, Buy American Certificate (oct 2022)
far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998)
this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, Theâ contracting Officerâ will Make Their Full Text Available. Also, The Full Text Of A Clauseâ mayâ be Accessed Electronically At This/these Address(es):
http://www.acquisition.gov/far/index.html (far) And
http://www.va.gov/oal/library/vaar/index.asp (vaar)
vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008)
vaar 852.273-70, Late Offers (nov 2021)
(end Of Addendum To Far 52.212-1)
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023)
far 52.204-13, System For Award Management Maintenance (oct 2018)
far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020)
far 52.225-1, Buy American Supplies (oct 2022)
vaar 852.203-70, Commercial Advertising (may 2018)
var 852.211-70, Equipment Operation And Maintenance Manuals (nov 2018)
vaar 852.211-72, Technical Industry Standards (nov 2018)
vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018)
vaar 852.242-71, Administrative Contracting Officer (oct 2020)
vaar 852.246-71, Rejected Goods (oct 2018)
vaar 852.246-73, Noncompliance With Packaging, Packing, And/or Marking Requirements (oct 2018)
vaar 852.247-74, Advance Notice Of Shipment (oct 2018)
(end Of Addendum To Far 52.212-4)
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (may 2024)
the Following Subparagraphs Of Far 52.212-5 Are Applicable:
Subparagraph (a) (1) (7)
Subparagraph (b) (4),(9),(12),(18),(31),(32),(33),(34),(36),(39),(48),(51), And (59)
all Offerors Shall Submit The Following: The Offeror Shall Submit A Quote, With Sufficient Documentation To Evaluate The Functional And Technical Specifications Compared To The Salient Characteristics, Buy American Act Certificate, Warranty/extended Warranty Details And Delivery/installation Schedule.
all Quotes Shall Be Sent To The Contract Specialist, Alice Clark At Alice.clark@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than March 12, 2025, At 12:00 P.m. Est.
late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
point Of Contact
to Obtain Clarifications And/or Additional Information Concerning The Contract Requirements Or Specifications, Submit An Email To Alice.clark@va.gov. All Inquiries Will Be Responded To As Necessary In Amendment Format Which Will Be Posted On Http://www.sam.gov
the Deadline For Submission Of Clarifications And/or Additional Information Concerning This Solicitation Is March 5, 2025, At 12:00 Pm (est). No Questions Will Be Answered After This Date/time Unless Determined To Be In The Best Interest Of The Government Determined By The Contracting Officer. Telephone Inquiries Will Not Be Accepted Or Returned.
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government.
the Following Are The Decision Factors: Price, Sufficient Documentation To Evaluate Functional And Technical Specifications, Buy American Act Certificate, Warranty/extended Warranty, And Delivery/installation Schedule.
the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions.
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021)
provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far.
the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation:
far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021)
(a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If Theâ acquisition
is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or
uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or
is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value.
(b)â submission Ofâ quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show
â â â â â â â â â â â (1)â theâ solicitation Number;
â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â
â â â â â â â â â â (3)â the Name, Address, And Telephone Number Of Theâ quoter;
(4) Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary;
â â â â â â â â â â â (5)â terms Of Any Expressâ warranty;
â â â â â â â â â â â (6)â price And Any Discount Terms;
â â â â â â â â â â â (7)â "remit To" Address, If Different Than Mailing Address;
(8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ quoterâ shallâ complete Electronically);
â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments;
(10)â past Performanceâ will Not Be Considered In Simplified Acquisition Procurements.
(11)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9) And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration.
(c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ quotes Unless Another Time Period Is Specified In An Addendum To Theâ solicitation.
(d)â product Samples. When Required By Theâ solicitation, Product Samplesâ shallâ be Submitted At Or Prior To The Time Specified For Receipt Ofâ quotes. Unless Otherwise Specified In Thisâ solicitation, These Samplesâ shallâ be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Testing.
(e)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ 4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ quoteâ submitted Will Be Evaluated Separately.
(f)â late Submissions, Revisions, And Withdrawals Ofâ quotes.
(1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due.
(2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition.
(3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume.
(g)â issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ if Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation.
(h)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless Theâ quoterâ specifies Otherwise In Theâ quotation.
â â â â â â (1)â availability Of Requirements Documents Cited In Theâ solicitation.
(i)â the Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained For A Fee By Submitting A Request To- Gsa Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, Sw Washington, Dc 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978.
(ii)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained Free Of Charge By Submitting A Request To The Addressee In Paragraph (i)(1)(i) Of This Provision. Additional Copies Will Be Issued For A Fee.
(2)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Following Assist Websites:
â â â â â â â â â â â â â â â â (i)â assist (â https://assist.dla.mil/online/start/).
â â â â â â â â â â â â â â â â (ii)â quick Search (â http://quicksearch.dla.mil/).â â â â â â â â â â â
(3)â documents Not Available From Assistâ mayâ be Ordered From The Department Of Defense Single Stock Point (dodssp) By-
(i)â using The Assist Shopping Wizard (â https://assist.dla.mil/wizard/index.cfm);
(ii)â phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or
(iii)â ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance.
(j)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ 32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei.
(k)â [reserved]
(l)â requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co.
(end Of Provision)
Closing Date12 Mar 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n743.18|wvb|717-991-9570|karen.palm@navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Sections C & E|
inspection Of Supplies--fixed-price (aug 1996)|2|||
variation In Quantity (apr 1984)|3|10|0|total Quantity Of Item 0001|
general Information-fob-destination|1|b/a|
wide Area Workflow Payment Instructions (jan 2023)|16|material - Invoice & Receiving Report (combo), Certifications - Stand Alone Receiving Report|material - Inspection/acceptance At Source, Certifications - Inspection At Destination & Acceptance At Other|tbd|n001
04|tbd|n39040 - Certs, S4306a - Material|n50286|tbd|133.2|na|na|n39040 - Certs|na |na|see Dd1423|port_ptnh_wawf_notification@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|1 Year From Date Of Delviery|1 Year From Date Of Delivery|||||
warranty Of Data--basic (mar 2014)|2|||
buy American --free Trade Agreements--balance Of Payments Program - Basic (feb2024))|11||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (nov 2023)|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 (feb 2024)|13|331221|500||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||dx|
this Amendment Was Issued To Update The Poc And Change The Closing Date.
the Closing Date Is Extended To 15 Jan 2025.
\
1. Dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mech.
2. Submit Certifications In Wawf At Least 20 Days Prior To The Required Delivery Date.
3. Any Contract Awarded As A Result Of This Solicitation Will Be "do" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas).
4. A Variation In Quantity Of +10%/-0% Of The Total Contract Quantity Is Allowed. See Far 52.211-16 For Further Details.
5. Far 52.232-25(a)(5) Entitled Prompt Payment, Contructive Acceptance Is Changed From 7 Days To 45 Days After Delivery Of The Supplies In Accordance With The Terms And Conditions Of The Contract.
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2.2 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
document Ref Data=ansi/asq-z1.4 | | | |080101|a| | |
document Ref Data=astm-b666 | | | |201101|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=sae Ams 2806 | | |c |080301|a| | |
document Ref Data=sae Ams 2807 | | |a |000901|a| | |
document Ref Data=sae Ams 2809 | | |a |070801|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=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=sae-ams-std-183 | | | |000901|a| | |
document Ref Data=sae-ams-qq-s-763 | | |d |150301|a| | |
3. Requirements
3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Sae-ams-qq-s-763 Except As Amplified Or Modified Herein. Sae-ams-qq-s-763 Ordering Data Information Is Provided Below:
(a) Steel Bars, Wire, Shapes, And Forgings, Corrosion Resisting Steel; Sae-ams-qq-s-763.
(b) Class - ;316/316l Condition A (must Meet The Chemical And Mechanical Properties Of Both Classes);
Condition - ;a;
Form - ;bar, 4 3/4 Inches (round);
Finish - Any Appropriate Finish Option Of Sae-ams-qq-763 Except Hot Finished, Scale Not Removed.
(c) Melting Practice - Electric Furnace, Electric Induction, Vacuum Furnace, Electroslag Remelt (esr), Or Argon Oxygen Decarburization (aod). Other Suitable Commercial Processes Must Be Submitted And Navy Approved Before They May Be Used.
(d) Special Cleaning Processes Are Not Applicable.
(e) Allowances For Machining Are Not Applicable.
(f) Major Stress Surface Areas Of The Finished Part Are Not Applicable.
(g) Low Magnetic Permeability Is Required For 300 Series Austenitic Corrosion Resistant Steels When Ordered In The Annealed Condition. The Relative Magnetic Permeability Must Be Determined And Must Not Exceed 2.0 (air - 1.0). Low Magnetic Permeability Is Not
required For Conditions B, H, Or T Unless Otherwise Specified.
(h) Length - Under 5" Dia. = 8 Feet Min / 12 Feet Max (plus Or Minus 10%)
5" Dia & Over = 5 Feet Min / 12 Feet Max (plus Or Minus 10%)
Or As Specified Elsewhere In The Contract/purchase
(i) Forgings Are Not Applicable.
(j) Identification Marking Is Required In Accordance With Paragraph 3.10.1 Of Sae-ams-qq-s-763 And As Further Defined Elsewhere In This Contract/purchase Order.
(k) Lot Definitions Of Forgings Are Not Applicable.
(l) More Than The Usual Number Of Macrostructure Tests Is Not Required.
(m) Forging Prolongations For Testing Are Not Applicable.
(n) One Retest Is Permitted In Accordance With Paragraph 4.5.5 Of Sae-ams-qq-s-763.
(o) Packaging And Packing Requirements Must Be As Specified Elsewhere In The Contract/purchase Order.
(p) Special Marking For Shipment Must Be As Specified Elsewhere In The Contract/purchase Order.
3.2 Bar, Pipe, And Tube Quantities - When This Order Results In Supplying Fewer Than 5 Pieces As Defined In The "length" Paragraph Above, All Material Must Be From A Single Heat Of Material.
3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below.
test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining)
item - ;bar, Metal (one Sample From Each Lot);
performance - Sae-ams-qq-s-763
acceptance - Sae-ams-qq-s-763
3.4 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
3.5 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government Inelectronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.5.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. Requests Must Include The
information Listed Below.
a. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor.
b. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration.
c. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To Theoperational Use Of The Product.
d. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance.
3.5.2 Requests For Waivers/deviations For Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/
3.5.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
a. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification.
b. A Complete Description Of The Change To Be Made And The Need For That Change.
c. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis.
d. Proposed Changes To Documents Controlled By The Government.
e. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration.
f. Recommendations About The Way A Retrofit Should Be Accomplished.
g. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of Theproduct.
h. Impacts To The Operational Use Of The Product.
i. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
j. Milestones Relating To The Processing And Implementation Of The Engineeringchange.
3.6 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
^ Quality Assurance Requirements ^
3.7 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected,
identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance
criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer.
3.8 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate.
3.8.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government To Determine The System's Effectiveness In Meeting The Quality Requirements
established In The Contract/purchase Order.
3.8.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon Notification, Make His Facilities
available For Audit By The Contracting Officer Or His Authorized Representative.
3.8.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of
any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement.
3.8.4 This Contract Provides For The Performance Of Government Quality Assurance At Destination. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer.
3.8.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco.
3.9 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And
rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected.
3.9.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made Available For
operations Of Such Devices And For Verification Of Their Accuracy And Condition.
3.9.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided By The
government.
3.10 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Any Purchasing Documents To A Subcontractor Must Cite The
applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility,
applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of This Order, Promptly Notify The Prime Contractor Who Will Notify The Pco So That Appropriate
planning For Government Inspection Can Be Accomplished.
3.10.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document.
3.10.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services
specified In The Purchase Order Or Contract.
3.10.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The
purchased Product On The End Item Represented By This Contract.
3.10.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be
established. Records Of This Effort Must Be Available For Review By The Government.
3.10.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier.
3.11 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following:
3.11.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.11.2 Inspection For Completeness And Proper Type.
3.11.3 Verification Of Material Quality Received.
3.11.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.11.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.11.6 Identification And Protection From Improper Use Or Disposition.
3.11.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And
necessity For Withholding The Material From Use.
3.11.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On
bailed Property Must Be Maintained.
3.11.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.12 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other
required Objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within
paragraph 3, Section C Of This Contract/purchase Order.
3.12.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That
implement The Material Control Requirements Stated Herein And Elsewhere In The Contract/purchase Order.
3.13 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must
provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of
operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component.
3.14 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. In Addition To The Marking Requirements On Applicable Specifications, Marking For Traceability Is Required. Pipe, Tube, And Metal Bar Must Have
both Permanent Marking And Temporary Marking Applied As Specified Below.
3.14.1 Permanent Marking - Permanent Traceability Marking Must Be Marked On Each End Of Each Pipe, Tube, And Metal Bar. (monel And K-monel Bar: 3/4 Inch To 1 Inch Rods, And 7/8 Inch Hex Bar May Be Marked On The Surface Near The End Of Bar/rod, And Rod Less
than 3/4 Inch And Hex Bar Less Than 7/8 Inch May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Tag Or Box.) All Traceability Marking Must Be Permanently Applied In Accordance With Mil-std-792. An Alternate Marking Method Is Permissible
provided It Is An Available Option In The Contractually Invoked Specification, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order, And Differs From That Specified In The Specification. Electric Arc Marking Or Impression
marking Is Strictly Prohibited On Thin Wall Tubing. (wall Thickness Of Less Than 0.125 Inch).
3.14.2 Temporary Marking - Temporary Marking Must Consist Of:
name Or Trademark Of Manufacturer, Specification And Grade (as Applicable), Size, Contract Number, And The Traceability Marking. Pipe And Tube Marking Must Also Include Sml (for Seamless). Marking Must Be In Accordance With The Material Specification And
sae-ams-2806, Sae-ams-2807, Sae-ams-2809, Table I Of Sae-ams-std-185, Or Astm-b666 As Applicable. Application Must Be In Accordance With Mil-std-792, Type A (temporary Ink Stenciling). An Alternate Method Is Permissible For Monel And K-monel Bar Provided It
is An Available Option (temporary Marking Only) In The Applicable Material Specification, Except That Hot Finished Rod With Rough Ground Surface 3/4 Inch And Under May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Bag Or Box.
contamination Levels For Ink Stenciling Must Be As Outlined In Paragraph 5.2 Of Mil-std-792.
3.15 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:
3.15.1 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.
3.15.2 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.)
3.15.3 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.
3.15.4 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.
3.15.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.16 Material Handling - The Written Material Control Process Must Include The Following:
3.16.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.16.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.16.3 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.
3.16.4 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In
di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material.
3.16.5 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking
location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.17 Receiving Inspection -
3.17.1 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.
3.17.2 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.
3.18 Discrepancy Reporting -
3.18.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To
the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government.
3.19 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.19.1 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.
3.19.2 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.
3.19.3 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.
3.19.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible.
3.20 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address And Date.
2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12)
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic
(for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable).
5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed
satisfactorily.
9. Contractor's Or Authorized Personnel's Signature.
4. Quality Assurance
4.1 Notes To The Contractor -
4.1.1 The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. The Departure Must Be
considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Record Of These Departures, Traceable To The Applicable Part Number And
contract Number Must Be Submitted To The Pco.
4.1.3 The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions, And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That He Material Supplied
conforms To The Specified Requirements.
6.1.7 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks). Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.8 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.9 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.10 A Nonconformance Is Defined As Affecting Or Violating The Following:
- The Requirements Of This Contract/purchase Order.
- Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.).
- Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards.
- Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.11 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.12 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.13 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.14 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving:
- Performance
- Interchangeability, Reliability, Survivability, Maintainability,
Or Durability Of The Item Or Its Repair Parts
- Health Or Safety
- Effective Use Or Operation
- Weight, Stability, Or Structural Integrity
- System Design Parameters As Schematics, Flows, Pressures Or Temperatures
- Compartment Arrangements Or Assigned Function
6.1.15 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.16 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.17 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;- 10/20/2016 - Updated Ecds Url
- Nov 15 2011 - Combined 304/304l And 316/316l Niins Meeting Chem/mech Of Both - Dual Marking
- Feb 03 2011 - Clarified Intergranular Corrosion Test On Raw Stock
- Oct 22 2012 - Identified Intergranular Corrosion Test Material Classes
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- May 02 2009 - Added Lubricants And Sealants To The C Of C
- Aug 27 2014 - Took Out Contractor's Phone Number Requirement
- May 16 2013 - Removed Gsi From This Material.
- Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section;
date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply.
date Of First Submission=asreq
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Date14 Apr 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n743.4|wvb|717-605-3354|amanda.l.bailey50.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E. |
inspection Of Supplies--fixed-price (aug 1996)|2|||
variation In Quantity (apr 1984)|3|10%|10%|total Contract Quantity|
general Information-fob-destination|1|a|
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report- Certifications Combo- Receiving Report & Invoice- Material |n/a|tbd|n00104 |tbd|n39040 |n50286 |tbd|133.2|n/a|n/a|n39040 |n/a|n/a|see Dd F
orm 1423 |port_ptnh_wawf_notification@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|365 Days After Acceptances Of Material|365 Days After Acceptances Of Material|||||
warranty Of Data--basic (mar 2014)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (nov 2023)|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 (may 2024)|13|331221|1000||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
this Amendment Is Issued To Address Vendor Request.
1. Reference (a) Requests Acceptance Of The Reported Condition Where The 304/304lcondition A, 1 1/2" Hexagon Bar Stock In Accordance With Sae Ams-qq-s-763revision D Has A Brinell Hardness Of 192 Hbw, In Lieu Of A Rockwell B Hardness Ofb95, For The Subject
contract.
in Response, The Reported Condition Where The 304/304l Condition A, 1 1/2" Hexagon Barstock In Accordance With Sae Ams-qq-s-763 Revision D Has A Brinell Hardness Of192 Hbw, In Lieu Of A Rockwell B Hardness Of B95, Is Acceptable For The Subjectsolicitation And
subsequent Contract Only.
the Closing Date Has Been Extended To 21mar2025.
all Other Terms And Conditions Remain The Same.
for Pco Use Only (er-56217)
\
this Amendment Is Issued To Extend The Closing Date To 06dec2024.
\
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 "do" Rated Order Certified For National Defense Use Under The Defense Priorities Allocations System (dpas).
a Variation In Quantity Of -10% Of The Total Contract Quantity Is Allowed. See Far 52.211-16 For Further Details.
navsup Wss Mechanicsburg Will Be Considering Past Performance In The Evaluation Of Offers In Accordance With Far 13.106(a)(2) And Dfars 252.213-7000.
if Drawings Are Included In The Solicitation, Access Needs To Be Requested On The Individual Solicitation Page On Contracts Opportunities On The Government's Sam Website. After Requesting Access, Send An Email To The Primary Poc Listed On The Solicitation.
this Solicitation Has No Gsi. Inspect/accept Will Be Destination/destination.
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2.2 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=astm-b666 | | | |201101|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=sae Ams 2806 | | |c |080301|a| | |
document Ref Data=sae Ams 2807 | | |a |000901|a| | |
document Ref Data=sae Ams 2809 | | |a |070801|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=sae Ams-std-185 | | | |000901|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=sae Ams-qq-s-763 | | |d |150301|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
3. Requirements
3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Sae-ams-qq-s-763 Except As Amplified Or Modified Herein. Sae-ams-qq-s-763 Ordering Data Information Is Provided Below:
(a) Steel Bars, Wire, Shapes, And Forgings, Corrosion Resisting Steel; Sae-ams-qq-s-763.
(b) Class - ;304/304l Condition A (must Meet The Chemical And Mechanical Properties Of Both Classes);
Condition - ;a;
Form - ;1 1/2 Inches (hexagon);
Finish - Any Appropriate Finish Option Of Sae-ams-qq-763 Except Hot Finished, Scale Not Removed.
(c) Melting Practice - Electric Furnace, Electric Induction, Vacuum Furnace, Electroslag Remelt (esr), Or Argon Oxygen Decarburization (aod). Other Suitable Commercial Processes Must Be Submitted And Navy Approved Before They May Be Used.
(d) Special Cleaning Processes Are Not Applicable.
(e) Allowances For Machining Are Not Applicable.
(f) Major Stress Surface Areas Of The Finished Part Are Not Applicable.
(g) Low Magnetic Permeability Is Required For 300 Series Austenitic Corrosion Resistant Steels When Ordered In The Annealed Condition. The Relative Magnetic Permeability Must Be Determined And Must Not Exceed 2.0 (air - 1.0). Low Magnetic Permeability Is Not
required For Conditions B, H, Or T Unless Otherwise Specified.
(h) Length - Under 5" Dia. = 8 Feet Min / 12 Feet Max (plus Or Minus 10%)
5" Dia & Over = 5 Feet Min / 12 Feet Max (plus Or Minus 10%)
Or As Specified Elsewhere In The Contract/purchase
(i) Forgings Are Not Applicable.
(j) Identification Marking Is Required In Accordance With Paragraph 3.10.1 Of Sae-ams-qq-s-763 And As Further Defined Elsewhere In This Contract/purchase Order.
(k) Lot Definitions Of Forgings Are Not Applicable.
(l) More Than The Usual Number Of Macrostructure Tests Is Not Required.
(m) Forging Prolongations For Testing Are Not Applicable.
(n) One Retest Is Permitted In Accordance With Paragraph 4.5.5 Of Sae-ams-qq-s-763.
(o) Packaging And Packing Requirements Must Be As Specified Elsewhere In The Contract/purchase Order.
(p) Special Marking For Shipment Must Be As Specified Elsewhere In The Contract/purchase Order.
3.2 ;hardness Must Be Checked In Accordance With Astm E18. Hardness Must Not Exceed Rockwell B95. In Addition, The Tensile Strength Must Be Between 75 Ksi Minimum And 100 Ksi Maximum For The Material.;
3.3 Bar, Pipe, And Tube Quantities - When This Order Results In Supplying Fewer Than 5 Pieces As Defined In The "length" Paragraph Above, All Material Must Be From A Single Heat Of Material.
3.4 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below.
test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining)
item - ;bar, Metal (one Sample From Each Lot);
performance - Sae-ams-qq-s-763
acceptance - Sae-ams-qq-s-763
3.5 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
3.6 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government Inelectronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.6.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. Requests Must Include The
information Listed Below.
a. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor.
b. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration.
c. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To Theoperational Use Of The Product.
d. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance.
3.6.2 Requests For Waivers/deviations For Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/
3.6.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
a. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification.
b. A Complete Description Of The Change To Be Made And The Need For That Change.
c. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis.
d. Proposed Changes To Documents Controlled By The Government.
e. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration.
f. Recommendations About The Way A Retrofit Should Be Accomplished.
g. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of Theproduct.
h. Impacts To The Operational Use Of The Product.
i. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
j. Milestones Relating To The Processing And Implementation Of The Engineeringchange.
3.7 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
^ Quality Assurance Requirements ^
3.8 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected,
identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance
criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer.
3.9 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate.
3.9.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government To Determine The System's Effectiveness In Meeting The Quality Requirements
established In The Contract/purchase Order.
3.9.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon Notification, Make His Facilities
available For Audit By The Contracting Officer Or His Authorized Representative.
3.9.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of
any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement.
3.9.4 This Contract Provides For The Performance Of Government Quality Assurance At Destination. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer.
3.9.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco.
3.10 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And
rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected.
3.10.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made Available For
operations Of Such Devices And For Verification Of Their Accuracy And Condition.
3.10.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided By The
government.
3.11 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Any Purchasing Documents To A Subcontractor Must Cite The
applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility,
applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of This Order, Promptly Notify The Prime Contractor Who Will Notify The Pco So That Appropriate
planning For Government Inspection Can Be Accomplished.
3.11.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document.
3.11.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services
specified In The Purchase Order Or Contract.
3.11.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The
purchased Product On The End Item Represented By This Contract.
3.11.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be
established. Records Of This Effort Must Be Available For Review By The Government.
3.11.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier.
3.12 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following:
3.12.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.12.2 Inspection For Completeness And Proper Type.
3.12.3 Verification Of Material Quality Received.
3.12.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.12.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.12.6 Identification And Protection From Improper Use Or Disposition.
3.12.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And
necessity For Withholding The Material From Use.
3.12.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On
bailed Property Must Be Maintained.
3.12.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.13 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other
required Objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within
paragraph 3, Section C Of This Contract/purchase Order.
3.13.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That
implement The Material Control Requirements Stated Herein And Elsewhere In The Contract/purchase Order.
3.14 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must
provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of
operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component.
3.15 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. In Addition To The Marking Requirements On Applicable Specifications, Marking For Traceability Is Required. Pipe, Tube, And Metal Bar Must Have
both Permanent Marking And Temporary Marking Applied As Specified Below.
3.15.1 Permanent Marking - Permanent Traceability Marking Must Be Marked On Each End Of Each Pipe, Tube, And Metal Bar. (monel And K-monel Bar: 3/4 Inch To 1 Inch Rods, And 7/8 Inch Hex Bar May Be Marked On The Surface Near The End Of Bar/rod, And Rod Less
than 3/4 Inch And Hex Bar Less Than 7/8 Inch May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Tag Or Box.) All Traceability Marking Must Be Permanently Applied In Accordance With Mil-std-792. An Alternate Marking Method Is Permissible
provided It Is An Available Option In The Contractually Invoked Specification, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order, And Differs From That Specified In The Specification. Electric Arc Marking Or Impression
marking Is Strictly Prohibited On Thin Wall Tubing. (wall Thickness Of Less Than 0.125 Inch).
3.15.2 Temporary Marking - Temporary Marking Must Consist Of:
name Or Trademark Of Manufacturer, Specification And Grade (as Applicable), Size, Contract Number, And The Traceability Marking. Pipe And Tube Marking Must Also Include Sml (for Seamless). Marking Must Be In Accordance With The Material Specification And
sae-ams-2806, Sae-ams-2807, Sae-ams-2809, Table I Of Sae-ams-std-185, Or Astm-b666 As Applicable. Application Must Be In Accordance With Mil-std-792, Type A (temporary Ink Stenciling). An Alternate Method Is Permissible For Monel And K-monel Bar Provided It
is An Available Option (temporary Marking Only) In The Applicable Material Specification, Except That Hot Finished Rod With Rough Ground Surface 3/4 Inch And Under May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Bag Or Box.
contamination Levels For Ink Stenciling Must Be As Outlined In Paragraph 5.2 Of Mil-std-792.
3.16 See Cdrl Di-misc-81020 (chemical And Mechanical) - Material Certification - In Addition To The Certification Data Requirements Specified In Di-misc-81020, The Following Material Certification Requirements Apply:
3.16.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The
material Supplied.
3.16.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or
mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used
during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material
must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, The
original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below.
traceability Marking ________________________________________________
(marking On Finished Item)
is Fabricated From Raw Material Identified To
heat/lot Number ______________ And Heat Treat Number ______________________
(when Applicable)
_________________________________________ Date _____________________
(name And Signature Of Auth. Co. Rep.)
3.16.3 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract
requirements. Transcription Of Certification Data Is Prohibited.
3.16.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable.
3.16.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.17 Material Handling - The Written Material Control Process Must Include The Following:
3.17.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.17.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.17.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate
material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability
marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.17.4 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In
di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material.
3.17.5 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking
location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.18 Receiving Inspection -
3.18.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To
another Location.
3.18.2 Receiving Inspection Must Include As A Minimum -
verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports.
verification That Certification Test Reports Are Legible And Complete.
verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements.
3.19 Discrepancy Reporting -
3.19.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To
the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government.
3.20 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.20.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military
specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code),
table Iia (for Sample Size).
small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot.
3.20.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The
government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above.
3.20.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification
test Reports Must Also Be 100% Inspected For Completeness And Legibility.
3.20.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible.
3.21 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address And Date.
2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12)
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic
(for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable).
5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed
satisfactorily.
9. Contractor's Or Authorized Personnel's Signature.
4. Quality Assurance
4.1 Notes To The Contractor -
4.1.1 The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. The Departure Must Be
considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Record Of These Departures, Traceable To The Applicable Part Number And
contract Number Must Be Submitted To The Pco.
4.1.3 The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions, And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That He Material Supplied
conforms To The Specified Requirements.
6.1.7 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks). Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.8 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.9 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.10 A Nonconformance Is Defined As Affecting Or Violating The Following:
- The Requirements Of This Contract/purchase Order.
- Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.).
- Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards.
- Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.11 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.12 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.13 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.14 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving:
- Performance
- Interchangeability, Reliability, Survivability, Maintainability,
Or Durability Of The Item Or Its Repair Parts
- Health Or Safety
- Effective Use Or Operation
- Weight, Stability, Or Structural Integrity
- System Design Parameters As Schematics, Flows, Pressures Or Temperatures
- Compartment Arrangements Or Assigned Function
6.1.15 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.16 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.17 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;- 10/20/2016 - Updated Ecds Url
- Nov 15 2011 - Combined 304/304l And 316/316l Niins Meeting Chem/mech Of Both - Dual Marking
- Feb 03 2011 - Clarified Intergranular Corrosion Test On Raw Stock
- Oct 22 2012 - Identified Intergranular Corrosion Test Material Classes
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- May 02 2009 - Added Lubricants And Sealants To The C Of C
- Aug 27 2014 - Took Out Contractor's Phone Number Requirement
- May 16 2013 - Removed Gsi From This Material.
- Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section;
no Gsi Invoked; Do Not Invoke Clause 52.246-11
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.
Closing Date21 Mar 2025
Tender AmountRefer Documents
Tarlac State University Tender
Laboratory Equipment and Services
Philippines
Details: Description 1. The Tarlac State University, Through Special Budget (sb) Intends To Apply The Sum Of Two Million Eight Hundred Eighty Six Thousand Five Hundred Thirty Four Pesos And 60/100 (₱ 2,886,534.60) To Payments Under The Contracts For The Project: Supply And Delivery Of Laboratory Chemicals And Reagents (app 2024 – 1st Quarter). Bids Received In Excess Of The Abc For Shall Be Automatically Rejected At Bid Opening. Line Item No. Description Qty. Unit Abc, ₱ 1. 1-bromo-2,2-dimethylpropane, 1 Bottle 2,000.00 2. 1-bromobutane, 2 Bottle 4,000.00 3. 1-chlorobutane, 1 Bottle 2,000.00 4. 2,2′-azino-bis (3-ethylbenzthiazoline-6-sulfonic Acid) Diammonium Salt (abts) 1 Bottle 25,000.00 5. 2,2-diphenyl-1-picrylhydrazyl (dpph) 1 Bottle 40,000.00 6. 2-bromo-2-methylpropane 1 Bottle 2,000.00 7. 2-bromobutane 2 Bottle 4,000.00 8. 2-butanone 1 Bottle 6,500.00 9. Acetanilide 1 Bottle 2,000.00 10. Acetanimide 1 Bottle 2,000.00 11. Acetone 2 Bottle 14,000.00 12. Acrylamide 2 Pack 22,000.00 13. Adipic Acid 1 Bottle 2,000.00 14. Alamarblue Cell Viability Reagent 2 Bottle 30,000.00 15. Alcohol, Denatured 10 Bottle 1,300.00 16. Alcohol, Denatured 2 Bottle 4,000.00 17. Ammonium Hydroxide 2 Bottle 12,000.00 18. Ampicillin Sodium Salt 1 Bottle 9,500.00 19. Anhydrous Calcium Chloride 5 Bottle 10,000.00 20. Anhydrous Ethanol 2 Bottle 20,000.00 21. Anisole 1 Bottle 2,000.00 22. Antimicrobial Susceptibility Disks, 10 Cart 10,000.00 23. Antimicrobial Susceptibility Testing Disc 3 Pack 9,000.00 24. Antimicrobial Susceptibility Testing Disc 3 Pack 9,000.00 25. Antimicrobial Susceptibility Testing Disc 3 Pack 9,000.00 26. Ascorbic Acid 1 Bottle 15,000.00 27. Aspirin 1 Bottle 1,000.00 28. Aureus Chromoselect Agar Base, 2 Bottle 42,530.00 29. Benedicts Solution 2 Bottle 7,000.00 30. Benzoic Acid 2 Bottle 2,400.00 31. Benzoin 1 Bottle 2,000.00 32. Benzyl Bromide 1 Bottle 4,000.00 33. Bile Solution 2 Bottle 78,000.00 34. Biuret Reagent 2 Bottle 2,000.00 35. Bromine Water 1 Bottle 3,000.00 36. Bromine Water 1 Bottle 5,000.00 37. Bromine 2 Bottle 20,000.00 38. Bromocresol Purple 2 Bottle 20,000.00 39. Bromphenol Dye 1 Tube 7,500.00 40. Buffer Solution 2 Bottle 18,000.00 41. Calcium Carbide 1 Bottle 2,000.00 42. Calcium Chloride 1 Bottle 1,000.00 43. Calcium Hydroxide Solution 2 Bottle 4,000.00 44. Calibration Buffer Solution 10 Bottle 20,000.00 45. Calibration Buffer Solution 10 Bottle 15,000.00 46. Calibration Buffer Solution 5 Bottle 5,000.00 47. Carbon Tetrachloride 1 Bottle 2,000.00 48. Chemical, Bod Analysis For Wastewater 1 Lot 70,000.00 49. Chemical, For Anionic Surfactants Analysis Of Water 1 Lot 15,000.00 50. Chemical, For Cod Analysis Of Wastewater 1 Lot 25,000.00 51. Chemical, For Nitrite Analysis Of Water 1 Lot 17,000.00 52. Chemical, For Silica Analysis Of Drinking Water 1 Lot 35,000.00 53. Chemical, For Color In Water 1 Bottle 18,000.00 54. Chemical, Potassium Nitrate 1 Bottle 3,500.00 55. Chemical, Ec Broth 500g 2 Bottle 30,000.00 56. Chemical, Kovac's Indole Reagent 3 Bottle 45,000.00 57. Chemical, Lauryl Sulfate Tryptose Broth 500g 3 Bottle 45,000.00 58. Chemical, Plate Count Agar 500g 2 Bottle 30,000.00 59. Chemical, Test Kit, For Nitrate Analysis 1 Kit 10,000.00 60. Chlorampenicol 5 Bottle 50,000.00 61. Chloroform 5 Bottle 32,500.00 62. Chloroform 1 Bottle 13,500.00 63. Chlortetracycline 5 Bottle 50,000.00 64. Copper Sulfate Pentahydrate 2 Bottle 30,000.00 65. Cupric Acetate 1 Bottle 40,000.00 66. Cupric Oxide 2 Bottle 22,000.00 67. Cyclohexane 2 Bottle 12,000.00 68. Cyclohexanol 1 Bottle 3,000.00 69. Dichloran 18 % Glycerol Agar 2 Bottle 22,000.00 70. Dichloran Rose Bengal Chlorampenicol Agar 2 Bottle 26,000.00 71. Diethyl Ether 1 Bottle 3,500.00 72. Diphenylamine 1 Bottle 10,000.00 73. Disodium Hydrogen Phosphate Heptahydrate 1 Bottle 25,000.00 74. Distilled Water 20 Carboy 20,000.00 75. Distilled Water 25 Bottle 2,500.00 76. Dna Step Ladder 1 Vial 15,500.00 77. Edta Acs 1 Bottle 13,000.00 78. Egg Yolk Tellurite Emulsion 8 Bottle 49,600.00 79. Erythrosine 1 Bottle 3,000.00 80. Ethanol 10 Bottle 10,000.00 81. Ethidium Bromide 1 Tube 3,000.00 82. Ethyl Alcohol 2 Gallon 12,000.00 83. Ethyl Alcohol 2 Bottle 32,000.00 84. Ferric Chloride 1 Bottle 3,000.00 85. Fluorescein 1 Bottle 3,000.00 86. Follin-ciocalteu's Phenol 1 Bottle 30,000.00 87. Fumaric Acid 1 Bottle 8,000.00 88. Fuschin Acid 1 Bottle 3,000.00 89. Gallic Acid Monohydrate 1 Bottle 11,000.00 90. Gelatin Powder 1 Bottle 1,000.00 91. Glacial Acetic Acid 2 Bottle 5,000.00 92. Glacial Acetic Acid 10 Bottle 50,000.00 93. Glycerol 2 Bottle 3,000.00 94. Glycerol 1 Bottle 3,000.00 95. Gram Stain Kits And Reagents 2 Set 12,000.00 96. Hexane 2 Bottle 4,000.00 97. Hexane 2 Bottle 48,000.00 98. Hopkins Cole Reagent 1 Bottle 3,000.00 99. Hydrogen Peroxide 1 Bottle 6,000.00 100. Icp Multi-element Standard Solution 1 Bottle 20,000.00 101. Indigo Carmine 1 Bottle 3,000.00 102. Iodine Crystal 1 Bottle 15,000.00 103. Iodine Solution 2 Bottle 16,000.00 104. Isopropanol, 1 Bottle 9,500.00 105. Isopropyl Alcohol 2 Bottle 3,000.00 106. Kovac's Reagent 3 Bottle 18,000.00 107. Lead Iodide 1 Bottle 5,000.00 108. Lysozyme 1 Bottle 5,000.00 109. Magnesium Chloride 1 Bottle 7,500.00 110. Magnesium Sulfate 2 Bottle 3,000.00 111. Maleic Acid 1 Bottle 4,000.00 112. Monosodium Phosphate 1 Bottle 25,000.00 113. Mrs Agar 6 Bottle 90,000.00 114. Mrs Agar 1 Pack 299.00 115. Mrs Broth 6 Bottle 42,000.00 116. Mrs Broth 1 Pack 12,000.00 117. Mueller Hinton Agar 3 Bottle 30,000.00 118. Mueller Hinton Broth 3 Bottle 30,000.00 119. N-butanol 2 Bottle 6,000.00 120. Ninhydrin Solution 1 Bottle 13,000.00 121. Nitric Acid 1 Bottle 10,000.00 122. Nitric Acid 5 Bottle 30,000.00 123. Normal-pentane 1 Bottle 5,000.00 124. N-pentanol 1 Bottle 2,000.00 125. Nutrient Agar 3 Bottle 30,000.00 126. Nutrient Broth 3 Bottle 30,000.00 127. Orcinol 1 Bottle 3,500.00 128. Oxygen Absorber 1 Unit 500.00 129. Pancreatin 1 Bottle 1,500.00 130. Pcr 100bp Low Ladder 1 Vial 13,500.00 131. Pcr Amplification 1 Pack 15,000.00 132. P-dichlorobenzene 1 Bottle 2,000.00 133. Pepsin 1 Bottle 3,000.00 134. Petroleum Ether 5 Bottle 75,435.00 135. Ph Electrode Storage Solution 2 Bottle 16,000.00 136. Phenol 2 Bottle 36,000.00 137. Phenol 1 Bottle 10,000.00 138. Phenol 1 Bottle 8,500.00 139. Phenolphthalein 6 Bottle 18,000.00 140. Phosphoric Acid 1 Bottle 20,000.00 141. Picric Acid 1 Bottle 8,000.00 142. Plate Count Agar 1 Bottle 15,000.00 143. P-nitrophenol 1 Bottle 2,000.00 144. Potassium Bisulfate 3 Bottle 6,000.00 145. Potassium Bisulfate 1 Bottle 5,000.00 146. Potassium Bromide 1 Bottle 10,000.00 147. Potassium Chlorate 1 Bottle 3,000.00 148. Potassium Chloride 1 Bottle 15,000.00 149. Potassium Dichromate 1 Bottle 20,000.00 150. Potassium Dihydrogen Phosphate 1 Bottle 12,000.00 151. Potassium Hydroxide 1 Bottle 3,000.00 152. Potassium Iodide 1 Bottle 4,000.00 153. Potassium Iodide 1 Bottle 38,940.60 154. Potassium Permanganate 1 Bottle 5,000.00 155. Potassium Permanganate 2 Bottle 9,000.00 156. Potassium Persulfate 1 Bottle 12,000.00 157. Potassium Sodium Tartrate Tetrahydrate 1 Bottle 15,000.00 158. Potato Dextrose Agar 1 Bottle 15,000.00 159. Potato Dextrose Broth 1 Bottle 7,000.00 160. Primer Forward 4 Tube 20,000.00 161. Primer Reverse 4 Tube 20,000.00 162. Propanoic Acid 1 Bottle 3,000.00 163. Rapid Hicoliform Broth 2 Bottle 20,000.00 164. Resorcinol 1 Bottle 35,000.00 165. Resorcinol 1 Bottle 1,500.00 166. Rnase A Solution 1 Bottle 18,000.00 167. Safranin Solution 1 Bottle 3,000.00 168. Salicylic Acid 1 Bottle 4,000.00 169. Salmonella Chromogen Agar Set 2 Bottle 42,530.00 170. Sec-butanol 1 Bottle 2,000.00 171. Seliwanoffs Reagent, 1 Bottle 1,000.00 172. Silica Gel, 2 Bottle 10,000.00 173. Silica Gel, Food Grade Silica Gel Dessicant 2 Unit 1,000.00 174. Silver Nitrate, 1 Bottle 10,000.00 175. Silver Nitrate, 3 Bottle 4,500.00 176. Silver Nitrate, 1 Bottle 3,000.00 177. Sodim Citrate 1 Bottle 12,000.00 178. Sodium Acetate 1 Bottle 20,000.00 179. Sodium Carbonate 1 Bottle 15,000.00 180. Sodium Chlorate 1 Bottle 1,000.00 181. Sodium Chloride 4 Bottle 4,000.00 182. Sodium Dodecyl Sulfate 1 Bottle 9,000.00 183. Sodium Hydroxide 4 Bottle 8,000.00 184. Sodium Iodide 1 Bottle 2,000.00 185. Sodium Nitrate 1 Bottle 10,000.00 186. Sodium Nitrate 1 Bottle 10,000.00 187. Sodium Thiosulfate 5 Bottle 22,500.00 188. Starch Solution, 3 Bottle 24,000.00 189. Sucrose, 2 Bottle 6,000.00 190. Sulfur Powder 2 Bottle 6,000.00 191. Sulfuric Acid, 2 Bottle 7,000.00 192. Tannic Acid 1 Bottle 6,000.00 193. Taq Dna Polymerase 2 Bottle 32,000.00 194. T-butanol 1 Bottle 2,000.00 195. T-butylbromide 1 Bottle 2,000.00 196. Toluene 2 Bottle 8,000.00 197. Trichlorocetic Acid 2 Bottle 7,000.00 198. Tris-borate-edta Bufffer 2 Bottle 16,000.00 Total Abc: 2,886,534.60 2. The Tarlac State University Now Invites Bids For The Project Supply And Delivery Of Laboratory Chemicals And Reagents (app 2024 – 1st Quarter). Delivery Of The Goods Is Required Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed. Bidders Must Have Completed, Within The Last Five (5) Years Prior To 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) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Tarlac State University And Inspect The Bidding Documents At The Address Given Below During Tuesday To Friday From 7:00 A.m. To 6:00 P.m: Bac Secretariat Motorpool And Administration Building Tarlac State University Romulo Blvd., San Vicente, Tarlac City Tel. No. (045) 606-8142 / 0998 846 0206 Email: Bacsec@tsu.edu.ph 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From February 20, 2025, To March 12, 2025, From The Aforementioned Address Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of ₱ 5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Tarlac State University Will Hold A Pre-bid Conference On February 28, 2025 (2:00 P.m.) At The Bids And Awards Committee Conference Room, 3rd Floor, Motorpool And Administration Building, Tarlac State University, Romulo Blvd., San Vicente, Tarlac City, Which Shall Be Open To Prospective Bidders. 7. Three (3) Copies Of The Bid Proposals (one Original, And Additional Copy 1 And 2) Must Be Submitted To The Bac Which Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated In The Bidding Documents, On March 12, 2025 At 1:30 P.m. Failure Of Bidders To Comply With The Said Request Of Additional Copies Shall Not Be A Ground For Disqualification. Late Submission Shall Not Be Accepted. Bac Secretariat Motorpool And Administration Building Tarlac State University Romulo Blvd., San Vicente, Tarlac City Tel. No. (045) 606-8142 / 0998 846 0206 Email: Bacsec@tsu.edu.ph 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 March 12, 2025 At 2:00 P.m., At The Bids And Awards Committee Conference Room, 3rd Floor, Motorpool And Administration Building, Tarlac State University, Romulo Blvd., San Vicente, Tarlac City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Summary Of The Procurement Activities Is As Follows: Activities Date And Time Venue Posting To Philgeps February 20, 2025 N/a Pre-bid Conference February 28, 2025 (2:00 Pm) Bac Conference Room, 3rd Floor, Motorpool And Administration Building, Tarlac State University, Romulo Blvd., San Vicente, Tarlac City Deadline Of Submission Of Bids March 12, 2025 (1:30 Pm) Opening Of Bids March 12, 2025 (2:00 Pm) 11. The Tarlac State University 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 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Ms. Jhenna Micah A. Manankil Bac Secretariat Motorpool And Administration Building Tarlac State University Romulo Blvd., San Vicente, Tarlac City Tel. No. (045) 606-8142 / 0998 846 0206 Email: Bacsec@tsu.edu.ph (sgd) Atty. Wilmark J. Ramos, Dba Bac Chairperson – Goods And Services
Closing Date12 Mar 2025
Tender AmountPHP 2.8 Million (USD 50.3 K)
Municipality Of Sindangan, Zamboanga Del Norte Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Invitation To Bid The Local Government Unit Of Sindangan, Through Its Bids And Awards Committee (bac), Hereby Invites Suppliers/manufacturers/ Distributors/contractors To Apply For Eligibility And To Bid For The Hereunder Project. Purchase Request No. Project Approved Budget For The Contract Non - Refundable Fees Of Bid Documents 1.) 2025-03- 92 Purchase Of Materials And Supplies With Labor On Pakyaw Or Takay Basis Supplied By Local Laborers For The Construction Of Multi-purpose Building, Mindanao State University Main Campus Sindangan Extension (admin Office) P9,206,700.00 10,000.00 1522 Bags Portland Cement Type 1 1452 Lengths 10mm Dia. X 6.0m Def. Bar 35 Lengths 16mm Dia. X 6.0m Def. Bar 471 Lengths 20mm Dia. X 6.0m Def. Bar 14 Rolls # 16 G.i. Tie Wire(25kgs) 1 Boxes Cutting Disc #4" (25kgs/box) 100 Length 1 1/2" Dia. G.i. Pipe S-40 (china) 300 Pcs Swivel Clamp 60 Pcs 1/2" Thk. Phenolic Board 1 Rolls #16 G.i. Tie Wire (25kgs) 6 Kgs #3 Concrete Nails 8 Kgs #1 1/2 Slim Nails 5 Kgs # 4 Cwn 5 Kgs # 3 Cwn 5 Kgs # 2 1/2 Cwn 1800 Pcs Chb #4" 6380 Pcs Chb #6" 10 Mtrs Trapal, 8ft 100 Ltrs Diesel 18 Mtrs Hardware Clothe # 1/8" 260 Bags Skim Coat 99 Length 6mm Thk X 2'' X 2'' X 6m Angle Bar 75 Length 6mm Thk X 1 1/2'' X 1 1/2'' X 6m Angle Bar 100 Length 1.5mm Thk X 2"x 3" C-purlins 12 Length 10mm Dia. X 6m Plain Round Bar 12 Mtrs 16mm Dia. X 6m Plain Round Bar 16 Pcs Turn Buckle, 20mm Dia. X 12' 6 Pcs Cut Off Blade #14 261 Ln.m. 0.40mm Pre-painted Longspan Rib Type, 1.00m Width X 6.67m - 39sheets (mandarin Red) 82 Ln.m. 0.40mm Pre-painted Longspan Rib Type, 1.00m Width X 6.305m - 13sheets (mandarin Red) 35 Pcs 0.40mm X 12" X 8' Pre-painted Fascia Cap (white) 35 Pcs 0.40mm X 24" X 8' Pre-painted Spanish Gutter (mandarin Red) 23 Pcs 0.40mm X 24" X 8' Pre-painted Ridge Roll (mandarin Red) 10 Boxes Teckscrew 2 1/2" (steel) 5 Boxes 1/8" Ø X 3/4" Blind Rivets 2 Box Cutting #4'' 2 Gal Roof Sealant 35 Pcs 1/8" Steel Drill Bit (steel) 20 Pcs U-type Footing 3/4 (nylon Black) 8 Pcs Hinges (nylon Black) 4 Pcs Door Handle (nylon Black) 4 Pcs Door Lockset (nylon Black) 4 Pcs Coat Hook (nylon Black) 48 Pcs Angle Bracket (nylon Black) 2 Length Aluminum H-channel Top Rail (12mmx3.00m) 2 Pcs 6mm Tox 2 Length Aluminum H-channel Top Rail (12mmx3.00m) 4 Sheets 3/4 Melamine Panel Board (white) Mdf-hmr 14 Length 6" Dia. G.i. Pipe S-40 Standard 20 Pcs Steel Plate (16in X 16in), 12mm Thk. Base Plate 14 Pcs Steel Plate (8in X 8in), 6mm Thk. Base Plate 7 Pcs Steel Plate (12in X 12in), 12mm Thk. Stiffiner 56 Sets L-shaped Anchor Bolt With 2 Nuts And 1 Washer, 20mm Dia. X 12in 1 Tank Acetylene Tank Refill 2 Tank Oxygen Tank Refill 2 Box 3.2mm Welding Rod (25kg/box) 8 Pcs Grinding Stone #4 5 Boxes Cutting Disc #4" (50pcs/box) 71 Length 1/4" Thk. X 2'' X 2'' Angle Bar 77 Length 1/4" Thk. X 1 1/2'' X 1 1/2'' Angle Bar 13 Length 3mm Thk X 1" X 6m Flat Bar 27 Length 3mm Thk X 1" X 6m Angle Bar 4 Boxes 3.2mm Welding Rod (25kg/box) 10 Pcs Grinding Stone #4 5 Boxes Cutting Disc #4" (50pcs/box) 233 Ln.m. Steel Deck, 0.80mm Thk. X 9.7m Length 7 Boxes 2.5mm Welding Rod 8 Sets W1 -steel Casement Windows W/ Installation 8 Sets W2 - 14 Blades Plastic Frame (double Control ) With 6mm Thk Clear Glass Jalousie - 3m X 1.2m /span W/ Installation 3 Sets W3 - Awning Windows 1.8m X 0.60m With 6mm Thk Clear Glass Aluminum Frame W/ Installation 3 Sets W4 - Awning Windows 1.2m X 0.60m With 6mm Thk Clear Glass Aluminum Frame W/ Installation 3 Sets W5 - Awning Windows 1.2m X 0.60m With 6mm Thk Clear Glass Aluminum Frame W/ Installation 200 Pcs. 2" X 4" Surface Utility Box Pvc 200 Pcs. 4" X 4" Junction Boxes Pvc 100 Pcs. Square Boxes Pvc 200 Pcs. Upvc Electrical Pipe (poly) # 1/2'' Ø 200 Pcs. Upvc Electrical Pipe (poly) # 3/4'' Ø 50 Pcs. Upvc Elbow 90 Degree (poly) # 1/2'' Ø 50 Pcs. Upvc Elbow 90 Degree (poly) # 3/4'' Ø 10 Pcs. Aluminum Terminal Lug (for 125mm²) 4 Pcs. Wire Gutter 10x10x36 10 Pcs. Electrical Pvc Pipe # 2 10 Pcs. Electrical Pvc Male Adaptor # 2 10 Pcs. Weather Head Cup # 2 10 Pcs. Secondary Rock 4 Spool W/ Forcelene Holder 10 Rolls Flexible Hose # 1/2 10 Rolls Flexible Hose # 3/4 10 Pcs. Hacksaw Blade 200 Pcs. Toxs # 6 With Screw 1 1/2 10 Pcs. Expansion Bolt 3/8 10 Pcs. Expansion Bolt 3/16 1 Unit Heat Gun 10 Cans Solvent Cement 200 Cc 20 Boxes #12 Thhn Wire Stranded 20 Boxes #14 Thhn Wire Stranded 20 Boxes #8 Thhn Wire Stranded 200 Mtrs # 125mm² Thhn Wire Stranded 200 Mtrs # 50mm² Thhn Wire Stranded 2 Box # 30mm² Thhn Wire Stranded 100 Pcs. Electrical Tape (big) 3m 10 Pcs. Rubber Tape (big) 3m 30 Pcs. 2 Gang Switch W/ Plate (flush Type) 30 Pcs. 3 Gang Switch W/ Plate (flush Type) 60 Pcs. Floor Outlet 2 Gang 10 Pcs. 3 Way Switch Single 200 Pcs. Receptacle # 4 200 Pcs. T-8 Assembly 18 W 200 Pcs. Led Bulb 20 Watts 6 Pcs. Fire Alarm Switch 6 Pcs. Fire Alarm Bill 6 Pcs. Vibration Bill 20 Pcs. Emergency Light 150 Pcs. 2 Gang Outlet 10 Pcs. Fire Extinguisher, 10 Lbs 4 Pcs. Pannel Board 10 Branches With Center Main Bolt-on 6 Pcs. Circuit Breaker Bolt-on 100 Amp 40 Pcs. Circuit Breaker Bolt-on 30 Amp 40 Pcs. Circuit Breaker Bolt-on 20 Amp 40 Pcs. Circuit Breaker Bolt-on 20 Amp 10 Pcs. Ceiling Fan 14 X 14 1 Set Mts With Breaker 300 Amp 3 Phase 1 Set Cutout & Arrester Combination, Polymer 1 Pc. Meter ( Cl 20, 120- 480, 2w Fm 3s ) Softswitches (k.rt.l) 2 Pc. Current Transformer ( Outdoor Type ) 200:5a, 600v 1 Pc. Meter Base 5 Jaws 2 Pc. C.t. Box, 20 X 13 X 9 ( With Security Lock ) 10 Mtrs. Liquid Tight Conduit 1" Dia. ( Depend On Heigth ) 20 Pcs. Connector 1" Dia. 1 Gal Vulca Seal 26 Lengths 50mm Dia. G.i Pipe Schedule 40 79 Lengths 1/4'' Thk X 2'' X 2'' Angle Bar 44 Lengths 1/4'' Thk X 1 1/2'' X 1 1/2'' Angle Bar 12 Lengths 1.5mm Thk X 2'' X3'' G.i Tubular 25 Lengths 1.5mm Thk X 2'' X 2'' G.i Tubular 65 Lengths 1.5mm Thk X 1'' X 2'' G.i Tubular 8 Sht 3mm Thk 4' X 8' G. I Checkered Plate 26 Lengths I Bar 26 Lengths T Bar 66 Lengths Z Bar 35 Lengths 10mm Square Bar 65 Lengths 16mm Square Bar 100 Pcs Casement Hinges 100 Pcs Casement Lock 4 Box 2.5mm Welding Rod 10 Pcs Grinding Stone #4" 8 Box Cutting Disc #4'' 10 Pcs Flap Disc #100 10 Pcs Flap Disc #120 4 Sets Water Closet W/ Fittings And Accessories 4 Sets Floor Drain Strainer (cr), 6"x6" 4 Sets Floor Drain Strainer (cr), 4"x4" 15 Pcs. Angle Valve, 1/2" X 1/2", Shark 2 Pcs. Water Tank, 1000 Ltrs. 2 Pcs. Gate Valve # 1", Ppr 5 Pcs. Gate Valve # 1/2", Ppr 10 Pcs. Ppr Faucet 2 Pcs. Lavatory Faucet 15 Pcs. Flexible Hose 1/2" X 1/2", Stainless 50 Lengths Sanitary Pipe # 4"ø, S-1000 10 Lengths Sanitary Pipe # 2" Ø, S-1000 35 Pcs. Sanitary Elbow # 4"ø, S-1000, 90° 35 Pcs. Sanitary Elbow # 4"ø, S-1000, 45° 20 Pcs. Sanitary Elbow # 2"ø, S-1000, 90° 20 Pcs. Sanitary Elbow # 2"ø, S-1000, 45° 10 Pcs. Sanitary Tee # 4"x 4" Ø, S-1000 10 Pcs. Sanitary Tee # 2"x 2" Ø, S-1000 10 Pcs. Sanitary Tee Reducer # 4"x 2" Ø, S-1000 10 Pcs. Sanitary Reducer # 4"x 2" Ø, S-1000 10 Pcs. Sanitary Wye Reducer # 4"x 2" Ø, S-1000 30 Pcs. Sanitary Wye # 4"x 4" Ø, S-1000 10 Pcs. Sanitary P-trap # 4"ø, S-1000 10 Pcs. Sanitary P-trap # 2"ø, S-1000 10 Pcs. Clean Out # 4"ø, S-1000 30 Cans Solvent Cement 400cc, / Emerald 20 Tube Silicone Sealant, Multipurposed Glass Clear, Durasil 1 Ltr. Epoxy A & B, 20 Lengths 1"ø X 3.4m Pp-r Pipe, 50 Lengths 1/2"ø X 3.4m Pp-r Pipe, 30 Pcs. 1/2"ø Pp-r Elbow W/ Thread, 20 Pcs. 1/2"ø Pp-r Tee W/ Thread, 4 Sets Urinal W/ Fittings And Accessories 30 Pcs. 1"ø Pp-r Elbow , 10 Pcs. 1"ø Pp-r Coupling , 20 Pcs. 1/2"ø Pp-r Coupling , 30 Pcs. 1/2"ø Pp-r Tee , 10 Pcs. 1"ø Pp-r Tee , 10 Pcs. 1"ø Pp-r Male Adaptor, 10 Pcs. 1/2"ø Pp-r Male Adaptor, 10 Pcs. 1"ø Pp-r Female Adaptor, 10 Pcs. 1/2"ø Pp-r Female Adaptor, 5 Pcs. 1"ø Pp-r End Cap, 5 Pcs. 1/2"ø Pp-r End Cap, 10 Pcs. 1'' X 1/2"ø Pp-r Tee Reducer, 5 Pcs. 1"ø Pp-r Union 5 Pcs. 1/2"ø Pp-r Union 1 Rolls Polyethylene Hose # 1, Sdr-11 5 Pcs. Comp. Coupling # 1"ø 5 Pcs. Comp. Coupling # 1/2"ø 5 Pcs. Comp. Elbow # 1"ø 5 Pcs. Comp. Tee # 1"ø 5 Pcs. Hacksaw Blade 20 Rolls Teflon Tape # 1" 9 Pail Elastomeric Paint (cathy Red) 20 Pail Flat Latex Paint 29 Pail Latex Paint, Semi Gloss 12 Gals Enamel Paint Qde, White 16 Gals Enamel Bright Red 14 Gals Zinc Chromate (red Metal Primer) 8 Gals Paint Thinner 2 Gals Concrete Epoxy A/b 6 Pcs Assorted Paint Brush 8 Pcs Baby Roller 8 Pcs Paint Roller 7'' 1 Box Sand Paper #60 1 Box Sand Paper #120 8 Rolls Fiberglass Mesh Tape 12 Pairs Trowel 2 Gal Glazing Putty 2 Gal Body Filler 130 Pcs 0.30m X 0.60m Unglaze Tiles (flooring) 260 Pcs 0.30m X 0.60m Glaze Tiles (wall) 20 Bags Tile Adhesive 8 Pouch Waterproof Tile Grout 2kg 1 L.s Labor Cost Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary "pass/fail" Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The "government Procurement Reform Act". Bids Received In Excess Of The Approved Budget For The Contract (abc) Shall Be Automatically Rejected At Bid Opening. Bid Documents Are Available From April 7, 2025 April 29 2025 Upon Payment Of Non-refundable Fees Stated Above, From 8:00am To 12:00n And From 1:00pm To 5:00pm, Monday To Friday, And Up To 9:30am On The Last Day Of The Issuance And Acquisition Of Bid Docs, At The Municipal General Services Office/bac Secretariat Office, 2nd Fl., Sindangan Motorpool, Beside Tesda, Goleo, Sindangan, Zamboanga Del Norte (cel. No. 0606-116-2336 Or 0917-329-9936). Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last Two (2) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. The Bac Will Allow A Partial Bid For The Following Items: Materials P 6,208,400.00 Aggregates 140,040.00 Fuel 7,500.00 Roofing 227,260.00 Glass/aluminum 216,000.00 Labor 2,407,500.00 Contingencies P P All Participants Relative To Eligibility Statement And Screening. Bid Security, Performance Security, Pre-bidding Conference(s), 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 Regulations (irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1 Issuance Of Bid Document April 7, 2025 8:00 Am 2 Submission Of Bids (deadline) April 29 2025 9:30 Am 3 Opening Of Bids April 29, 2025 10:00 Am 4 Bid Evaluation April 29, 2025 11:00 Am 5 Post Qualification April 30, 2025 10:00 Am 6 Notice Of Award May 02, 2025 10:00 Am "the Local Government Unit Of Sindangan Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders." Approved By: Fletcher C. Fuertes, Mba Bac Chairman
Closing Date29 Apr 2025
Tender AmountPHP 9.2 Million (USD 163.1 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Laboratory Equipment and Services
United States
Details: This Is An Amendment To The Solicaiton To Answer Vendor Questions.
intent: Kansas City Va Medical Center Needs To Rent/leasing Two (2) Histacore Pegasus Dual Retort Tissue Processors To Use In The Preparation Of Tissue Samples Obtained From Veteran Patients. This Preparation Is Necessary To Produce Slides For Review By Pathologists For Diagnostic Purposes.
requirement: The Instrumentation Shall Have The Capability To Diffuse Solutions Into Biological Specimens To Ensure That Proper Embedding Occur.
new Equipment Shall Be Acquired For The Required Laboratory. Refurbished, Discontinued, Or Previously Owned Units Are Not Acceptable. The Equipment Models Being Offered Shall Be In Current Production As Of The Date This Offer Is Submitted. For Purposes Of This Solicitation, “current Production” Shall Mean That The Clinical Laboratory Analyzer Model Is Being Offered As New Equipment.
general Requirements:
histacore Pegasus Dual Retort Tissue Processor
primary Analyzer(s) – Base Equipment Offered That Shall Fully Support The Scope Of Operations (minimal Requirements).
operational And Technical Features- The Instrumentation Offered Shall Be Approved By The Food And Drug Administration (fda) And Have The Following
required Salient Characteristics
vacuum Infiltration Tissue Processor.
must Be A Floor Standing Model Not To Exceed The Following Dimensions: 32 X 28 X 61 Inch (widthxdepthxheight).
must Be Moveable To Allow Access To Serviceable Parts For Staff And Service.
must Have Touchscreen Interface.
must Have A Process Capacity Of Up To At Least 400 Cassettes (blocks) Per Run.
must Have The Option Run Different Protocols Simultaneously On One Instrument.
must Provide The Option For Specimen Tracking System That Can Record Cassette Id And Quantity, As Well As User Id, In Order To Track Tissues Samples Loaded.
must Allow Use Of Commercially Available, Nonproprietary Brands Of Reagents And Reagent Substitutes.
must Have Reagent Tracking System Available To Track Reagent Type And Lot.
reagent Reservoirs Must Allow Easy Access For Changing Of Reagent Solutions.
must Have A Reagent Management System To Allow Rotation Of Solution Groups For Optimum Processing. The Reagent System Should Involve As Little Hands On As Possible For Safety (both Employee Exposure And Specimen Safety) Reasons. For Safety To Include Built In Systems To Minimize Exposure To Chemical Fumes.
instrument Must Track Reagent Quality And Concentration For Optimal Use.
instrument Must Automatically Rotate Reagents Based On Quality And Concentration.
hot Paraffin Is Exchanged Without Manual Handling.
must Be Capable Of Holding Up To 10 Processing Programs.
must Have A Battery Back-up System (ups) For Electrical Outages.
must Have Audible And Visually Displayed Alarms For System Malfunction.
must Allow For Delayed Start And End Times Of Processing With Auto-calculation.
installation Requirements
vendor Must Supply The Following Items In Sufficient Quantities For Initial Operation.
all Reagent Bottles With Attachments And Labels.
activated Carbon Filters.
metal Cassette Basket (baskets) With Handles And Dividers To Complete Up To A 300 Cassette (block) Run.
any Necessary Hoses.
any Other Parts And Reagents Needed To Allow For Immediate Training And Use After Installation. The Contractor Is Responsible For Any Missing Parts And Components Not Included In The Order To Carry Out The Installation.
method Performance/validation Requirements:
method Performance/comparison Shall Be At The Expense Of The Contractor, Shall Include Reagents And Be Consistent With Current Clinical Laboratory Standard Institute (clsi) Guidelines, College Of American Pathologists (cap) Standards And Related Federal Regulations.
support Features:
start-up Reagents. The Contractor Shall Provide All Reagents, Calibrators, Controls, Consumable/disposable Items, Parts, Accessories And Any Other Required To Establish Instruments For Operation For Performance Of Acceptance Testing. This Applies To All Equipment As Well As Additional Or Replacement Equipment Placed Under The Terms And Conditions Of This Contract. The Contractor Shall Perform/assist, To The Satisfaction Of The Government, All Validation Studies. The Contractor Shall Perform All The Statistical Analysis Provide A Hardcopy Of Data In An Organized, Clearly Comprehensible Format.
documentation:
a Current Editable Standard Operating Procedure Shall Be Provided.
a Printed, Electronic Copy Or Both, Of The Operator’s Manual And Technical Manual Shall Be Provided.
the Document(s) Shall Be Formatted In Accordance With Current, Approved Clsi Guidelines. Electronic (cd Format).
at A Minimum, Electronic Copies Of Safety Data Sheets (sds) Shall Also Be Provided.
updates To All Procedure Manuals In Microsoft Word Format And Sds Sheets In Electronic Format Shall Be Provided When Package Inserts Are Modified.
training:
the Contractor Shall Provide An Instrument Training Program That Is Coordinated With And Timely To The Equipment Installation, Sufficient To The Size And Scope Of The Facility’s Services. This Shall Include Training On The Operation Of The System, Data Manipulation, And Basic Trouble Shooting And Repair. If Applicable, Off-site Travel Shall Include The Cost Of Airfare, Room And Board For Each Participant, If Applicable.
equipment Preventative Maintenance/repair Service.
the Contractor Shall Be Able To Provide Emergency Equipment Repair And Preventative Maintenance On Instrumentation, And Any Incremental Support/ancillary Equipment, E.g., Ups, Line Conditioner, Etc. Offered According To The Following Terms:
service Requirements
preventative Maintenance Will Be Performed As Frequently As Published In Manufacturer’s Operator’s Manual And Within 2 Weeks Of The Scheduled Due Date.
a Technical Assistance Center Shall Be Available By Telephone 24 Hours Per Day, 7 Days Per Week With A Maximum Call Back Response Time Of 1 Hour(s).
equipment Repair Service Shall Be Provided During Core Business Hours. Core Business Hours Are 8:00 Am To 5:00 Pm. Certain Circumstances May Dictate The Need For Repair Service To Be Conducted Outside Routine Business Hours. All Such Arrangements Shall Be Coordinated Between The Contractor And Va Laboratory Personnel.
equipment Repair Response Time Shall Be On The Same Day Or No More Than 24 Hours.
service Must Be Provided By A Local Technician
a Malfunction Incident Report Shall Be Furnished To The Laboratory Upon Completion Of Each Repair Call. The Report Shall Include, As A Minimum, The Following:
date And Time Notified
date And Time Of Arrival
serial Number, Type, And Model Number Of Equipment
time Spent For Repair And Proof Of Repair That Includes Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance.
each Notification For An Emergency Repair Service Call Shall Be Treated As A Separate And New Service Call.
vendor Will Supply Any Parts Necessary To Keep The Equipment Operational.
if Upgrades Or Changes In Technology Render A Piece Of Equipment No Longer Necessary, Contractor Shall Remove Said Piece At Contractor’s Expense.
upgrades - The Contractor Shall Provide Upgrades To Both The Equipment Hardware And Software To Maintain The Integrity Of The System And The State-of –the Art Technology, At No Additional Charge To The Government. These Shall Be Provided As They Become Commercially Available And At The Same Time As They Are Being Provided To Commercial Customers. This Requirement Only Applies To “system Upgrades” That Enhance The Model Of Equipment Being Offered, I.e. New Version Of Software, Correction Of Hardware Defect, Upgrade Offered To Commercial Customers At No Additional Charge, Upgrade To Replace Model Of Equipment No Longer Contractor Supported, Etc. This Does Not Refer To Replacing The Original Piece Of Equipment Provided Under The Contract; However, It Does Refer To Significant Changes In The Hardware Operational Capability.
ancillary Support Equipment - The Contractor Shall Provide, Install And Maintain Through The Life Of The Contract, As Indicated, Any And All Ancillary Support Equipment To Fully Operate The Analyzer As Defined In These Specifications, E.g. Cabinetry To Support/house The Analyzer (if Necessary), Filters, Preventative Maintenance And Repair, Etc.), Printers And Universal Interface Equipment, Ups And Ups Batteries, Line Conditioners, Etc. In Addition, The Contractor Shall Include All Ancillary Components That Are Customarily Sold Or Provided With The Model Of Equipment Proposed, E.g. Starter Kits, Tables/stands, Etc.
commercial Offerings - The Contractor Shall Provide Any Additional Support Material That Is Routinely Provided To Equivalent Commercial Customers And Assists In Regulatory Compliance, E.g., Computer Disc Containing Their Procedure Manual In Clsi Format Or An On-line Procedure Manual In The Instrument Software.
characterization Of Waste – The Contractor Shall Provide Documentation That It Has Characterized The Hazardous Nature Of All Wastes Produced By All Equipment, Devices, Reagents, And Discharges In Accordance With The Requirements Of The Code Of Federal Regulations Title 40 “protection Of The Environment” Part 261 Et Seq. And Applicable State And Local Requirements. Documentation Shall Include A Description Of The Characteristics Of The Hazardous Waste Produced As A Byproduct Of The Instrument Operations, Safety Data Sheets (sds) Meeting The Requirements Of The Occupational Safety And Health Administration (osha) And Environmental Protection Agency (epa), The Analytical Process Used To Determine The Hazardous Nature And Characteristics Of The Waste, And The Analytical Test Results. Testing Of Hazardous Waste Is To Be Done In Accordance With Testing Protocol Specified For Each Individual Waste As Described In The Code Of Federal Regulations Title 40 To Make A Determination If The Waste Is A Hazardous Waste Or Otherwise Regulated.
the Determination And Description Shall Address The Following:
waste Toxicity (reference 40 Cfr §261.11 And 40 Cfr §261.24)
waste Ignitability (reference 40 Cfr §261.21)
waste Corrosivity (reference 40 Cfr §261.22)
waste Reactivity (reference 40 Cfr §261.23)
hazardous Waste From Non-specific Sources (f-listed) (reference 40 Cfr §261.31)
discarded Commercial Products (acutely Toxic Or P-listed And Toxic Or U-listed) (reference 40 Cfr §261.33)
solid Waste (reference 40 Cfr §261.2)
exclusions (reference 40 Cfr §261.4)
the Contractor Will Provide Written Instructions And Training Material To Ensure Vha Laboratory Staff Are Trained As Needed To Properly Operate Devices With Special Emphasis To Managing And Disposing Of Hazardous Waste In Accordance With Epa And State Requirements. Additionally, The Training Provided By The Contractor Must Fulfill Resource Conservation And Recovery Act (rcra) Requirements For Training As Applicable To Devices.
contractor Shall Provide A Description Of All Wastes The Process Or Equipment May Discharge So That The Facility Can Determine Whether The Discharge Meets Local Publicly Owned Treatment Works (potw), State And Federal Discharge Requirements. At A Minimum The Characteristics Of Ignitability, Corrosivity, Reactivity And Toxicity As Defined In 40 Cfr §261 Must Be Determined And Documented. Any Mercury Containing Reagents Must Be Identified In Any Concentrations. All Test Results Shall Be Provided. All Listed Chemicals (f, U, K And P) Found In 40 Cfr §261 Shall Be Provided In Product Information And Their Concentrations Documented. For Those Materials With A Positive Hazardous Waste Determination, A Mechanism For The Laboratory To Meet Local Discharge Requirements (i.e. Mercury, Thimerosol And Formaldehyde) Must Be Developed And Sds Sheets Must Be Provided In Advance For Review. At A Minimum, Documentation Shall Include, But Not Be Limited To The Concentration/measures Of The Elements And Parameters Listed Below And Must Be Included With Vendor Response:
barium (total)
cadmium (total)
chromium (total)
copper (total)
cyanide (total)
lead (total)
mercury (total)
nickel (total)
silver (total)
zinc (total)
arsenic (total)
selenium (total)
tin (total)
ph
flash Point (to Higher Than 200°f)
bod; Biochemical Oxygen Demand
the Documentation The Contractor Provides Will Be Used To Work With The Vamc And The Public And/or Private Organization (e.g., Potw) To Determine Whether The Waste From Each Device Can Legally Be Disposed Of Via The Sewerage System.
implementation/transition Timeframe - The Implementation Of The Services/requirements Described In This Solicitation Shall Be Completed No Later Than 120 Days After The Award Of The Contract. This Timeline Is Based On A Reasonable Attempt Of The Contractor To Complete All The Necessary Implementation Requirements Within The Stated Timeframe. Contractor Shall Not Be Penalized For Implementation Timelines That Extend Beyond The 120-day Timeframe, If The Extension Is Through No Fault Of The Contractor And Is A Result Of Delays Due To The Government.
upon Award Of A Contract, The Transition Period For The Awarded Contract To Have All Equipment And Peripherals Installed And Operational By April 30 Or Mutually Agreed Upon Date. During This Same Period All Initial Training Of Va Personnel In The Operation And Maintenance Of Said Award Shall Also Be Completed.
contractor Shall Provide With Its Quotation An Implementation Plan For Installation Of New Equipment. The Plan Should Include Installation And Training Of Personnel, Transition Of All Testing Materials, Reagents And Supplies, Etc., Performance Of All Correlations And Validations. Failure Of The Contractor To Conform To The Transition Period Shall Be Considered As Sufficient Cause To Terminate Contract For Cause Under The Termination For Cause Clause Of The Contract.
at The End Of 120 Days From Award Of The Contract, The Awarded Contractor Shall Have Full And Sole Responsibility For Services Under The Awarded Contract.
standard And Quality Of Performance- This Paragraph Establishes A Standard Of Quality Performance That Shall Be Met Before Any Equipment Listed On The Delivery Order [or Contract] Is Accepted By The Government. This Also Includes Replacement, Substitute Machines And Machines That Are Added Or Field Modified After A System Has Demonstrated Successful Performance. The Acceptance Period Shall Begin On The Installation Date. It Shall End When The Equipment Has Met The Standard Of Performance For A Period Of 30 Consecutive Calendar Days By Operating In Conformance With The Contractor’s Technical Specification Of Effectiveness Of 90% Or More.
if Equipment Does Not Meet The Standard Of Performance During The Initial 30 Consecutive Calendar Days, The Standard Of Performance Tests Shall Continue A Day-by-day Basis Until The Standard Of Performance Is Met For A Total Of 30 Consecutive Days.
if The Equipment Fails To Meet The Standard Of Performance After 90 Calendar Days From The Installation Date, The User May, At His/her Option, Request A Replacement Or Terminate The Order In Accordance With The Provisions Of Far 52.212-4 Entitled “termination For Cause.” (the Contractor Shall Receive Revenue For Tests Reported During The 90-day Acceptance Period.)
operational Use Time For Performance Testing For A System Is Defined As The Accumulated Time During Which The Machine Is In Actual Use. System Failure Downtime Is That Period Of Time When Any Machine In The System Is Inoperable Due To Equipment Failure. Downtime For Each Incident Shall Start From The Time The Government Makes A Bona Fide Attempt To Contact The Contractor’s Designated Representative At The Prearranged Contact Point Until The System Or Machine(s) Is Returned To The Government In Proper Operating Condition.
during The Performance Period For A System, A Minimum Of 100 Hours Of Operational Use Time With Productive Or Simulated Work Shall Be Required As A Basis For Computation Of The Effectiveness Level. However, In Computing The Effectiveness Level, The Actual Number Of Operational Use Hours Shall Be Used When More Than The Minimum Of 100 Hours.
the Government Will Maintain Daily Records To Satisfy The Requirements Of The Standard And Quality Of Performance Section And Shall Notify The Contractor In Writing Of The Date Of The First Day Of The Successful Period Of Operation. Operations Use Time And Downtime Shall Be Measured In Hours And Whole Minutes.
during The Term Of The Contract, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 10% Or Greater Of The Normal Working Days In One Calendar Month, A Determination Shall Be Made By The Cor And/or Contracting Officer To Replace The Malfunctioning Equipment With New Equipment. The Responsibility For Maintaining The Equipment Furnished In Good Condition In Accordance With Manufacturer’s Instructions, Shall Be Solely That Of The Contractor. The Same Terms And Conditions Apply To Ancillary/support Equipment Provided Under This Contract, I.e., Water System Ups, Etc.
government’s Responsibility- The User Will Perform Routine Maintenance And Cleaning As Required In The Manufacturer’s Operation And Maintenance Instructions. The User Shall Maintain Appropriate Records To Satisfy The Requirements Of This Paragraph.
ownership Of Equipment- Title To The Equipment Shall Remain With The Contractor. All Accessories (unused Consumables, Etc.) Furnished By The Contractor Shall Accompany The Equipment When Returned To The Contractor. The Contractor, Upon Expiration Of Order(s), At Termination And/or Replacement Of Equipment, Shall Remove The Equipment. The Contractor Shall Disconnect The Analyzer (gas, Water, Air, Etc.) And Shall Be Responsible For All Packing And Shipping Required To Remove The Analyzer.
as Applicable, The Contractor Will Identify If Removable Media Is Required To Perform Their Duties. The Clinical Engineering Department Will Ensure The Removable Media Is Scanned With Anti-virus Software Running Current Virus Definitions Prior To Connection To Any Medical Device/system. Any Contractor With Patient Sensitive Information That Is Imported Into The Removable Media Device For Any Reason Must Purge All Patient Sensitive Information Prior To Departure From The Facility.
contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Or Completion Of The Contract
as Applicable, All Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Retained By The Va For Sanitization Or Destruction, Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Or Completion Of The Contract Or Disposal Or Return Of The It Equipment, Whichever Is Earlier.
as Applicable, Bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Contractor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are:
contractor Must Accept The System Without The Drive;
va’s Initial Medical Device Procurement Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or
va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase.
due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then;
the Equipment Contractor Must Have An Existing Baa If The Device Being Traded In Has Protected Health Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And
any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Purchase Order Or Contract.
a Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Information Security Officer (iso) Needs To Maintain The Documentation.
Closing Date30 Apr 2025
Tender AmountRefer Documents
5521-5530 of 5566 archived Tenders