Oxygen Tenders
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Description: Contact Information|4|n743.40|wvd|717-605-2379|scott.r.youngblood2.civ@us.navy.mil |
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
markings Level I/subsafe/dss-soc/triper|5||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E.|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|||||||||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material|n/a|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material|n50286|tbd|133.2|n/a|n/a|n39040 - Certifications|n/a|n
/a|see Dd Form 1423 |port_ptnh_wawf_notification@navy.mil Scott.r.youngblood2.civ@us.navy.mil |
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.|||||
warranty Of Data--basic (mar 2014)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (mar 2025)(deviation 2025-o0003 And2025-o0004))|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x||
this Amendment Is To Update The Small Business Set-aside To N, Due To Solicitation Being Sole-source In Nature.
This Amendment Also Updates The Solicitaiton To Dx Rating.
All Other Aspects Of This Solicitation Remain The Same.
\
1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg.
2. Portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference Ton00102 Within This Order Should Be Updated To N50286.
3. The Following Proposed Delivery Schedule Applies:
submission Of Certification Data Cdrls Will Be On Or Before 20 Days Prior To Scheduled Delivery.
Pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt Of Certification Dd 1423 Cdrls. Final Delivery Of Material Will Be On Or Before 365 Days After Effective Date Of The Resulting Contract.
4. Any Contract Awarded As A Result Of This Solicitation Will Be "dx" Rated Order; "dx" Rated Order Certified For National Defense Use Under The Defense Prior
5. This Order Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf).
6. This Item Requires Oxygen Cleaning. See Local Textwsstermdz01 And Wsstermez01.
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
2.2.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2.3 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order.
drawing No Cage Rev Distr Cd
;v3c10197 99517 D B;
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=mil-std-1330 | | |e |220516|a| | |
document Ref Data=sae Ams 5643 | | |w |211201|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
document Ref Data=0900-lp-001-7000 | | | |810101|c| |01|
document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | |
document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | |
3. Requirements
3.1 ;poppet To Be In Accordance Vacco Drawing V3c10197 Item No. 2, Except As Amplified Or Modified Herein.;
3.2 Oxygen Cleaning - This Material Must Be Cleaned, Tested, Packaged & Labeled By Trained Personnel And Procedures In Accordance With Mil-std-1330, General.
3.3 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise:
part - ;poppet;
material - ;sae Ams 5643, Condition H1025;
3.4 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings And Specifications Is Still Required, But Certifications Are Only Required As
listed Below.
test - Non-destructive Tests
item - ;weld Repair And/or Production Weld (as Applicable);
performance - Per Applicable Fabrication Specification
acceptance - Per Applicable Fabrication Specification
3.5 O-ring Grooves And Mating Sealing Surfaces Must Be Inspected Per The Contractually Invoked Drawings Or Specifications. When The Drawings Or Specifications Do Not Provide Specific Defect Criteria Or State That No Defects Are Allowed, The General Acceptance
criteria (gac) Standard Must Be Used For Inspecting O-ring Grooves And Mating Sealing Surfaces Only. Repairs To Sealing Surfaces And O-ring Grooves With Unacceptable Defects May Be Accomplished Within The Limits Of The Size And Tolerances Provided In The
applicable Drawing. Repairs Thatwould Exceed These Limits Require Approval (including Final Dimensions). The Data That Is Red Lined (crossed Out) Is Excluded From The Gac For This Contract And Is Not To Be Used For Acceptance Or Rejection Criteria. The Gac
document Is Identified As Contract Support Library Reference Number Csd008 At Https://register.nslc.navy.mil/
3.6 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel Applications,
or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification Data Must Be
submitted For Review And Approval Prior To Performing Any Welding Or Brazing.
3.7 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.7.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A
copy Of This Request To The Qar. Requests Must Include The Information Listed Below.
A. A Complete Description Of The Contract Requirement Affected
And The Nature Of The Waiver/deviation (non-conformance),
Including A Classification Of Critical, Major, Or Minor.
B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This
Configuration.
C. Any Impacts To Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel Or Impacts To The Operational Use Of The Product.
D. Information About Remedial Action Being Taken To Prevent Reoccurrence
Of The Non-conformance.
3.7.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email.
3.7.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
A. The Change Priority, Change Classification (class I Or Class Ii),
And Change Justification.
B. A Complete Description Of The Change To Be Made And The Need For
That Change.
C. A Complete Listing Of Other Configuration Items Impacted By The
Proposed Change And A Description Of The Impact On Those Cis.
D. Proposed Changes To Documents Controlled By The Government.
E. Proposed Serial/lot Number Effectivities Of Units To Be
Produced In, Or Retrofitted To, The Proposed Configuration.
F. Recommendations About The Way A Retrofit Should Be Accomplished.
G. Impacts To Any Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel In Support Of The Product.
H. Impacts To The Operational Use Of The Product.
I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
J. Milestones Relating To The Processing And Implementation Of The
Engineering Change.
3.8 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
3.9 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further
application Of The Above Documents Is Prohibited.prohibited.
3.9.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract.
3.10 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
^ Quality Assurance Requirements ^
3.11 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected,
identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance
criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer.
3.12 Welding Requirements - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In Addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As
part Of The Certification Oqe Package Submitted By The Contractor.
note: These Requirements Do Not Apply To Tack/spot Welds When The Conditions Of Section 4.2.1.1 Of S9074-ar-gib-010a/278 Are Met.
3.12.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair).
3.12.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The
approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be
submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted,
citing The Drawing Number And Pieces To Be Welded. (i.e. ''wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc'.' Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz'')
3.12.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010/248, S9074-ar-gib-010a/278, And
the Contract.
3.12.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including
size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure
specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application.
3.12.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual
agreement Between The Vendor And Dcma.
3.12.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted
as Part Of The Qualification Data.
3.12.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential
elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element.
3.12.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278.
3.12.9 When Production Or Repair Welding Is Required On Titanium Materials, The Applicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval.
3.12.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable
documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training
plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf.
3.12.11 A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following:
a) Filler Metal Lot Number(s)
b) Specification And Type
c) A Positive Statement That The Vendor Has Obtained Oqe And Verified Thateach Lot Of Weld Filler Material Conforms To Specification Requirements.
d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption.
3.12.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor,the Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor.
3.13 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-4
3.13.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality
requirements Established In The Contract/purchase Order.
3.13.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon
notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative.
3.13.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of
any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement.
3.13.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly Notify
the Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma)
office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately.
3.13.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption.
3.14 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And
rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected.
3.14.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made
available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition.
3.14.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided
by The Government Representative.
3.15 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization
of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being
purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon
receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest
defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.15.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document.
3.15.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services
specified In The Purchase Order Or Contract.
3.15.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The
purchased Product On The End Item Represented By This Contract.
3.15.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be
established. Records Of This Effort Must Be Available For Review By The Government.
3.15.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier.
3.16 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following:
3.16.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.16.2 Inspection For Completeness And Proper Type.
3.16.3 Verification Of Material Quality Received.
3.16.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.16.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.16.6 Identification And Protection From Improper Use Or Disposition.
3.16.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And
necessity For Withholding The Material From Use.
3.16.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On
bailed Property Must Be Maintained.
3.16.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.17 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required
objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3,
section C Of This Contract/purchase Order.
3.17.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That
implement The Material Control Requirements Stated Herein And Elsewhere In This Contract/purchase Order.
3.18 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must
provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of
operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component.
3.18.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The
marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is
permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing.
3.18.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And
the Tag Securely Affixed To The Material.
3.18.3 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ;
3.19 See Cdrl Di-misc-81020 (chemical And Mechanical) - Material Certification - In Addition To The Certification Data Requirements Specified In Di-misc-81020, The Following Material Certification Requirements Apply:
3.19.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The
material Supplied.
3.19.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or
mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used
during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material
must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, The
original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below.
traceability Marking ________________________________________________
(marking On Finished Item)
is Fabricated From Raw Material Identified To
heat/lot Number ______________ And Heat Treat Number ____________________
(when Applicable)
_________________________________________ Date _____________________
(name And Signature Of Auth. Co. Rep.)
3.19.3 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And
contract Requirements. Transcription Of Certification Data Is Prohibited.
3.19.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable.
3.19.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.20 Material Handling - The Written Material Control Process Must Include The Following:
3.20.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.20.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.20.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate
material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability
marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.20.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A
minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And
grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors.
3.20.5 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In
di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material.
3.20.6 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking
location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.21 Receiving Inspection -
3.21.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To
another Location.
3.21.2 Receiving Inspection Must Include As A Minimum -
verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports.
verification That Certification Test Reports Are Legible And Complete.
verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements.
3.22 Discrepancy Reporting -
3.22.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To
the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government Quality Assurance Representative (qar).
3.23 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.23.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military
specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code),
table Iia (for Sample Size).
small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot.
3.23.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The
government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above.
3.23.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification
test Reports Must Also Be 100% Inspected For Completeness And Legibility.
3.23.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible.
3.24 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address And Date.
2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12)
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic
(for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable).
5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed
satisfactorily.
9. Contractor's Or Authorized Personnel's Signature.
4. Quality Assurance
4.1 Notes To Dcma Qar And The Contractor -
4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A
disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A
record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco.
4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders.
4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The
contracting Agency As Important, Are Observed And Evaluated.
6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government
representative Prior To Shipment.
6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied
conforms To The Specified Requirements.
6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following:
- The Requirements Of This Contract/purchase Order.
- Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.).
- Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards.
- Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving:
- Performance
- Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts
- Health Or Safety
- Effective Use Or Operation
- Weight, Stability, Or Structural Integrity
- System Design Parameters As Schematics, Flows, Pressures Or Temperatures
- Compartment Arrangements Or Assigned Function
6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification.
6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;- 10/20/2016 - Updated Ecds Url
- Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed
- Oct 29 2010 - Added Sampling Std For Li In-process Testing
- Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds
- Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- May 02 2009 - Added Lubricants And Sealants To The C Of C
- Aug 27 2014 - Took Out Contractor's Phone Number Requirement
- Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section
- Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section;
date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply.
date Of First Submission=asreq
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Date5 May 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n743.30|wvd|717-605-2379|scott.r.youngblood2.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E.|
inspection Of Supplies--fixed-price (aug 1996)|2|||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report- Certifications Combo- Receiving Report & Invoice- Material|n/a|tbd|n00104|tbd|tbd|n50286|tbd|133.2|n/a|n/a|n39040 - Certifications |n/a|n/a|see Dd Form 1423 |port_ptnh_wawf_notific
ation@navy.mil|
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery|one Year From Date Of Delivery|||||
warranty Of Data--basic (mar 2014)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x||
any Contract Made As A Result Of This Solicitation Will Be Pursuant To The Emergency Acquisition Flexibilities.
dd1423 Data Item A001 May Be Waived If Already On File At Navsup Wss Mechanicsburg.
any Contract Awarded As A Result Of This Solicitation Will Be"dx" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas).
this Item Requires Oxygen Cleaning And Requires Navy Sourcecertification Prior To O2 Cleaning.
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
2.2.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2.3 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order.
drawing No Cage Rev Distr Cd
;v3d10076 99517 J B;
document Ref Data=fed-std-h28 | | |b |190424|a| | |
document Ref Data=fed-std-h28 |0020| |b |941221|a| |01|
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=astm-a581 | | |b |950910|a| | |
document Ref Data=astm-a582 | | | |211101|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=mil-std-1330 | | |e |220516|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a|1 | |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
document Ref Data=0900-lp-001-7000 | | | |810101|c| |01|
document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | |
document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | |
3. Requirements
3.1 ;bonnet For Inlet/by-pass Manual Valve Assembly Must Be In Accordance With Vacco Valves Drawing V3d10076 Item 2, Except As Amplified Or Modified Herein.;
3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise:
part - ;bonnet;
material - ;astm-a581, Type 303 Or Astm-a582, Type 303;
3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings And Specifications Is Still Required, But Certifications Are Only Required As
listed Below.
test - Non-destructive Tests
item - ;weld Repair And/or Production Weld (as Applicable);
performance - Per Applicable Fabrication Specification
acceptance - Per Applicable Fabrication Specification
3.4 Oxygen Cleaning - This Material Must Be Cleaned, Tested, Packaged & Labeled By Trained Personnel And Procedures In Accordance With Mil-std-1330, General.
3.5 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel Applications,
or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification Data Must Be
submitted For Review And Approval Prior To Performing Any Welding Or Brazing.
3.6 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent
inspection In Accordance With Asme B1 Series Is Acceptable.
3.6.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement.
3.6.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System 22
of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222.
3.6.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System.
3.7 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable.
3.8 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further
application Of The Above Documents Is Prohibited.prohibited.
3.8.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract.
3.9 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.9.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A
copy Of This Request To The Qar. Requests Must Include The Information Listed Below.
A. A Complete Description Of The Contract Requirement Affected
And The Nature Of The Waiver/deviation (non-conformance),
Including A Classification Of Critical, Major, Or Minor.
B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This
Configuration.
C. Any Impacts To Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel Or Impacts To The Operational Use Of The Product.
D. Information About Remedial Action Being Taken To Prevent Reoccurrence
Of The Non-conformance.
3.9.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email.
3.9.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
A. The Change Priority, Change Classification (class I Or Class Ii),
And Change Justification.
B. A Complete Description Of The Change To Be Made And The Need For
That Change.
C. A Complete Listing Of Other Configuration Items Impacted By The
Proposed Change And A Description Of The Impact On Those Cis.
D. Proposed Changes To Documents Controlled By The Government.
E. Proposed Serial/lot Number Effectivities Of Units To Be
Produced In, Or Retrofitted To, The Proposed Configuration.
F. Recommendations About The Way A Retrofit Should Be Accomplished.
G. Impacts To Any Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel In Support Of The Product.
H. Impacts To The Operational Use Of The Product.
I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
J. Milestones Relating To The Processing And Implementation Of The
Engineering Change.
3.10 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
3.11 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
^ Quality Assurance Requirements ^
3.12 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected,
identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance
criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer.
3.13 Welding Requirements - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In Addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As
part Of The Certification Oqe Package Submitted By The Contractor.
note: These Requirements Do Not Apply To Tack/spot Welds.
3.13.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair).
3.13.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The
approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be
submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted,
citing The Drawing Number And Pieces To Be Welded. (i.e. ''wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc'.' Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz'')
3.13.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010, S9074-ar-gib-010a/278,248d The
contract.
3.13.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including
size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure
specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application.
3.13.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual
agreement Between The Vendor And Dcma.
3.13.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted
as Part Of The Qualification Data.
3.13.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential
elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element.
3.13.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278.
3.13.9 When Production Or Repair Welding Is Required On Titanium Materials, Theapplicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval.
3.13.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable
documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training
plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf.
3.13.11 A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following:
a) Filler Metal Lot Number(s)
b) Specification And Type
c) A Positive Statement That The Vendor Has Obtained Oqe And Verified That Each Lot Of Weld Filler Material Conforms To Specification Requirements.
d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption.
3.13.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor.
3.14 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-4
3.14.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality
requirements Established In The Contract/purchase Order.
3.14.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon
notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative.
3.14.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of
any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement.
3.14.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly Notify
the Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma)
office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately.
3.14.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption.
3.15 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And
rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected.
3.15.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made
available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition.
3.15.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided
by The Government Representative.
3.16 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization
of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being
purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon
receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest
defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.16.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document.
3.16.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services
specified In The Purchase Order Or Contract.
3.16.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The
purchased Product On The End Item Represented By This Contract.
3.16.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be
established. Records Of This Effort Must Be Available For Review By The Government.
3.16.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier.
3.17 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following:
3.17.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.17.2 Inspection For Completeness And Proper Type.
3.17.3 Verification Of Material Quality Received.
3.17.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.17.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.17.6 Identification And Protection From Improper Use Or Disposition.
3.17.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And
necessity For Withholding The Material From Use.
3.17.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On
bailed Property Must Be Maintained.
3.17.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.18 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required
objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3,
section C Of This Contract/purchase Order.
3.18.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That
implement The Material Control Requirements Stated Herein And Elsewhere In This Contract/purchase Order.
3.19 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must
provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of
operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component.
3.19.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The
marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is
permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing.
3.19.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And
the Tag Securely Affixed To The Material.
3.19.3 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ;
3.20 See Cdrl Di-misc-81020 (chemical And Mechanical) - Material Certification - In Addition To The Certification Data Requirements Specified In Di-misc-81020, The Following Material Certification Requirements Apply:
3.20.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The
material Supplied.
3.20.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or
mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used
during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material
must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, The
original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below.
traceability Marking ________________________________________________
(marking On Finished Item)
is Fabricated From Raw Material Identified To
heat/lot Number ______________ And Heat Treat Number ____________________
(when Applicable)
_________________________________________ Date _____________________
(name And Signature Of Auth. Co. Rep.)
3.20.3 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And
contract Requirements. Transcription Of Certification Data Is Prohibited.
3.20.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable.
3.20.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.21 Material Handling - The Written Material Control Process Must Include The Following:
3.21.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.21.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.21.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate
material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability
marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.21.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A
minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And
grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors.
3.21.5 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In
di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material.
3.21.6 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking
location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.22 Receiving Inspection -
3.22.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To
another Location.
3.22.2 Receiving Inspection Must Include As A Minimum -
verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports.
verification That Certification Test Reports Are Legible And Complete.
verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements.
3.23 Discrepancy Reporting -
3.23.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To
the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government Quality Assurance Representative (qar).
3.24 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.24.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military
specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code),
table Iia (for Sample Size).
small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot.
3.24.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The
government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above.
3.24.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification
test Reports Must Also Be 100% Inspected For Completeness And Legibility.
3.24.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible.
3.25 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address And Date.
2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12)
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic
(for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable).
5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed
satisfactorily.
9. Contractor's Or Authorized Personnel's Signature.
4. Quality Assurance
4.1 Notes To Dcma Qar And The Contractor -
4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A
disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A
record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco.
4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders.
4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The
contracting Agency As Important, Are Observed And Evaluated.
6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government
representative Prior To Shipment.
6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied
conforms To The Specified Requirements.
6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following:
- The Requirements Of This Contract/purchase Order.
- Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.).
- Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards.
- Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving:
- Performance
- Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts
- Health Or Safety
- Effective Use Or Operation
- Weight, Stability, Or Structural Integrity
- System Design Parameters As Schematics, Flows, Pressures Or Temperatures
- Compartment Arrangements Or Assigned Function
6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification.
6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;- 10/20/2016 - Updated Ecds Url
- Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed
- Oct 29 2010 - Added Sampling Std For Li In-process Testing
- Sep 30 2008 - Thread Inspection Requirements Were Clarified
- Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds
- Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- May 02 2009 - Added Lubricants And Sealants To The C Of C
- Aug 27 2014 - Took Out Contractor's Phone Number Requirement
- Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section
- Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section;
date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply.
date Of First Submission=asreq
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Date31 Mar 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n743.5|tbd|7176053229|joel.j.curtis.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
markings Level I/subsafe/dss-soc/triper|5||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E.|
inspection Of Supplies--fixed-price (aug 1996)|2|||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |na|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material |n50286|tbd|133.2|na|na|n39040 - Certifications|na|na|s
ee Dd 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|one Year From Date Of Delivery.|one Year From Date Of Delivery.|||||
warranty Of Data--basic (mar 2014)|2|||
buy American --free Trade Agreements--balance Of Payments Program - Basic (jan2023))|3||||
alternate A, Annual Representations And Certifications (nov 2020)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (dec 2022))|3||||
buy American-balance Of Payments Program Certificate-basic (nov 2014)|1||
annual Representations And Certifications (mar 2023)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
this Amendment Was Issued To Extend Closing And Update The Poc.
1.data Item A001 (inspection And Test Plan) May Be Waived If Already On File Atnavsup Wss Mech.
2. This Is A Rated Order Certified For National Defense Use, And The Contractor Will Follow All The Requirements Of The Defense Priorities And Allocations System Regulation (15 Cfr 700).
3. This Item Requires Oxygen Cleaning And Navy Source Certification. See Clauses Wsstermdz01 & Wsstermez01.
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
2.2.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2.3 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order.
drawing No Cage Rev Distr Cd
;190000 16780 L B;
drawing Data=1385884 |53711| N| |d|0001 | N|49998|2335814
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=qq-n-281 | | |d |851023|a| 2| |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=mil-std-1330 | | |e |220516|a| |01|
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
document Ref Data=0900-lp-001-7000 | | | |810101|c| |01|
document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | |
document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | |
3. Requirements
3.1 ;union Tailpiece For A .50 Ips Check Valve To Be In Accordance With Perkin Elmer Drawing 190000 Piece No 11, Part Number C-54153-08n1-r, Except As Amplified Or Modified Herein.;
3.2 ;oxygen Cleaning In Accordance With Mil-std-1330 Will Be Performed By Portsmouth Naval;
3.3 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise:
part - ;union Tailpiece;
material - ;qq-n-281, Class A;
3.4 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings Is Still Required, But Certifications Are Only Required As Listed Below.
test - Non-destructive Tests
item - ;weld Repair And/or Production Weld (as Applicable);
performance - Per Applicable Fabrication Specification
acceptance - Per Applicable Fabrication Specification
3.5 O-ring Grooves And Mating Sealing Surfaces Must Be Inspected Per The Contractually Invoked Drawings Or Specifications. When The Drawings Or Specifications Do Not Provide Specific Defect Criteria Or State That No Defects Are Allowed, The General Acceptance
criteria (gac) Standard Must Be Used For Inspecting O-ring Grooves And Mating Sealing Surfaces Only. Repairs To Sealing Surfaces And O-ring Grooves With Unacceptable Defects May Be Accomplished Within The Limits Of The Size And Tolerances Provided In The
applicable Drawing. Repairs Thatwould Exceed These Limits Require Approval (including Final Dimensions). The Data That Is Red Lined (crossed Out) Is Excluded From The Gac For This Contract And Is Not To Be Used For Acceptance Or Rejection Criteria. The Gac
document Is Identified As Contract Support Library Reference Number Csd008 At Https://register.nslc.navy.mil/
3.6 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel Applications,
or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification Data Must Be
submitted For Review And Approval Prior To Performing Any Welding Or Brazing.
3.7 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further
application Of The Above Documents Is Prohibited.prohibited.
3.7.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract.
3.8 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.8.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A
copy Of This Request To The Qar. Requests Must Include The Information Listed Below.
A. A Complete Description Of The Contract Requirement Affected
And The Nature Of The Waiver/deviation (non-conformance),
Including A Classification Of Critical, Major, Or Minor.
B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This
Configuration.
C. Any Impacts To Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel Or Impacts To The Operational Use Of The Product.
D. Information About Remedial Action Being Taken To Prevent Reoccurrence
Of The Non-conformance.
3.8.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email.
3.8.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
A. The Change Priority, Change Classification (class I Or Class Ii),
And Change Justification.
B. A Complete Description Of The Change To Be Made And The Need For
That Change.
C. A Complete Listing Of Other Configuration Items Impacted By The
Proposed Change And A Description Of The Impact On Those Cis.
D. Proposed Changes To Documents Controlled By The Government.
E. Proposed Serial/lot Number Effectivities Of Units To Be
Produced In, Or Retrofitted To, The Proposed Configuration.
F. Recommendations About The Way A Retrofit Should Be Accomplished.
G. Impacts To Any Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel In Support Of The Product.
H. Impacts To The Operational Use Of The Product.
I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
J. Milestones Relating To The Processing And Implementation Of The
Engineering Change.
3.9 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
3.10 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
^ Quality Assurance Requirements ^
3.11 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected,
identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance
criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer.
3.12 Welding Requirements - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In Addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As
part Of The Certification Oqe Package Submitted By The Contractor.
note: These Requirements Do Not Apply To Tack/spot Welds.
3.12.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair).
3.12.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The
approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be
submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted,
citing The Drawing Number And Pieces To Be Welded. (i.e. ''wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc'.' Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz'')
3.12.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010, S9074-ar-gib-010a/278,248d The
contract.
3.12.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including
size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure
specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application.
3.12.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual
agreement Between The Vendor And Dcma.
3.12.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted
as Part Of The Qualification Data.
3.12.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential
elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element.
3.12.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278.
3.12.9 When Production Or Repair Welding Is Required On Titanium Materials, Theapplicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval.
3.12.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable
documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training
plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf.
3.12.11 A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following:
a) Filler Metal Lot Number(s)
b) Specification And Type
c) A Positive Statement That The Vendor Has Obtained Oqe And Verified That Each Lot Of Weld Filler Material Conforms To Specification Requirements.
d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption.
3.12.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor.
3.13 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-4
3.13.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality
requirements Established In The Contract/purchase Order.
3.13.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon
notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative.
3.13.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of
any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement.
3.13.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly Notify
the Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma)
office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately.
3.13.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption.
3.14 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And
rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected.
3.14.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made
available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition.
3.14.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided
by The Government Representative.
3.15 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization
of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being
purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon
receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest
defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.15.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document.
3.15.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services
specified In The Purchase Order Or Contract.
3.15.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The
purchased Product On The End Item Represented By This Contract.
3.15.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be
established. Records Of This Effort Must Be Available For Review By The Government.
3.15.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier.
3.16 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following:
3.16.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.16.2 Inspection For Completeness And Proper Type.
3.16.3 Verification Of Material Quality Received.
3.16.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.16.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.16.6 Identification And Protection From Improper Use Or Disposition.
3.16.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And
necessity For Withholding The Material From Use.
3.16.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On
bailed Property Must Be Maintained.
3.16.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.17 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required
objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3,
section C Of This Contract/purchase Order.
3.17.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That
implement The Material Control Requirements Stated Herein And Elsewhere In This Contract/purchase Order.
3.18 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must
provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of
operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component.
3.18.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The
marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is
permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing.
3.18.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And
the Tag Securely Affixed To The Material.
3.18.3 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ;
3.19 See Cdrl Di-misc-81020 (chemical And Mechanical) - Material Certification - In Addition To The Certification Data Requirements Specified In Di-misc-81020, The Following Material Certification Requirements Apply:
3.19.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The
material Supplied.
3.19.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or
mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used
during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material
must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, The
original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below.
traceability Marking ________________________________________________
(marking On Finished Item)
is Fabricated From Raw Material Identified To
heat/lot Number ______________ And Heat Treat Number ____________________
(when Applicable)
_________________________________________ Date _____________________
(name And Signature Of Auth. Co. Rep.)
3.19.3 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And
contract Requirements. Transcription Of Certification Data Is Prohibited.
3.19.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable.
3.19.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.20 Material Handling - The Written Material Control Process Must Include The Following:
3.20.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.20.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.20.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate
material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability
marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.20.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A
minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And
grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors.
3.20.5 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In
di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material.
3.20.6 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking
location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.21 Receiving Inspection -
3.21.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To
another Location.
3.21.2 Receiving Inspection Must Include As A Minimum -
verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports.
verification That Certification Test Reports Are Legible And Complete.
verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements.
3.22 Discrepancy Reporting -
3.22.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To
the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government Quality Assurance Representative (qar).
3.23 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.23.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military
specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code),
table Iia (for Sample Size).
small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot.
3.23.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The
government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above.
3.23.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification
test Reports Must Also Be 100% Inspected For Completeness And Legibility.
3.23.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible.
3.24 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address And Date.
2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12)
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic
(for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable).
5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed
satisfactorily.
9. Contractor's Or Authorized Personnel's Signature.
4. Quality Assurance
4.1 Notes To Dcma Qar And The Contractor -
4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A
disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A
record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco.
4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders.
4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The
contracting Agency As Important, Are Observed And Evaluated.
6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government
representative Prior To Shipment.
6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied
conforms To The Specified Requirements.
6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following:
- The Requirements Of This Contract/purchase Order.
- Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.).
- Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards.
- Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving:
- Performance
- Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts
- Health Or Safety
- Effective Use Or Operation
- Weight, Stability, Or Structural Integrity
- System Design Parameters As Schematics, Flows, Pressures Or Temperatures
- Compartment Arrangements Or Assigned Function
6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification.
6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;10/20/2016 - Updated Ecds Url
- Dec 17 2011 - Began Using Ecds For Submissions
- Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- May 02 2009 - Added Lubricants And Sealants To The C Of C
- Aug 27 2014 - Took Out Contractor's Phone Number Requirement
- Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section
- Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section.;
date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply.
date Of First Submission=asreq
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Date29 Apr 2025
Tender AmountRefer Documents
INTEGRATED PROVINCIAL HEALTH OFFICE SULU Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Details: Description Ref No. Item/product Description Qty Unit Abc 1 Blood Bank Refrigerator Key Features: Inner Light Design For Clear Display High-tech Integrated Sensors To Display And Control Temperature Microprocessor Controlled Forced-air Cooling With Electrical Heat Compensation System Build-in Backup Battery To Display Temperature And To Operate Audible And Visual Alarm Systems For Up To 72 Hours Without Ac Power Equipped With A Complete Temperature Alarm System Featuring Audible Buzzer And Visible Flashing Light Inner Light Design For Clear Display High-tech Integrated Sensors To Display And Control Temperature Microprocessor Controlled Forced-air Cooling With Electrical Heat Compensation System Build-in Backup Battery To Display Temperature And To Operate Audible And Visual Alarm Systems For Up To 72 Hours Without Ac Power Capacity :at Least 1000 Liters, Blood Bags Capacity (450 Ml) At Least 576 Bags Compressor : Secop Defrosting: Automatic To Remove Moisture On Cooling Surface Alarms: Audible And Visible Alarm , High And Low Temperature, High Ambient Temperature, Sensor Error, Low Battery, Power Failure Back-up System At Least 72 Hours Structure : Internal: Stainless Steel; Grade 304 External: Electro-galvanized Steel With Antimicrobial Powder Coating Number Of Drawers : At Least 12 Sound Emission : 53.6 Db Power Consumption: 415 W Net Weight : Not More Than 265 Kg External Dimension: Not Bigger Than 1300x960x2130mm (wxdxh) Standard Accessories: Safety Lock To Prevent Unauthorized Access. Twelve (12) Drawers One (1) Unit Avr Standard Requirements: Loa From The Manufacturer Supplier Must Provide One (1) Copy Of Working Manual Platelet Oscillating Incubator(platelet Agitator/incubator) Specifications: Must Be Sus Oscillator, With Mirror Surface Sus Shelves, Box Foamed With High Density Non-cfc Material And Imported Oscillation Slide Rail Can Store Blood Platelet Including Biological Reagent, And Chemical Products At 2-40 ℃ With Microprocessor Temperature, Inner Temperature Controlled In 22 ℃+/- 2 ℃ Compressor Must Be Cfc-free Refrigerant With Uv For Disinfection And Turns Off While Door Is Open, Temperature Printer Can Be Set Freely Voltage : 187 To 242v, With Power On/off, Transparent Insulated Glass Door, And Digital Display, No Frost, With Forced Air-cooling System Capacity : Not Less Than 5 L/cu.ft, Can Accommodate Not Less Than 10 Blood Bags Per Layer, Has 5 Layers, Two Alarm Style : Audible Buzzing And Visual Flashing Light Power Consumption Not Less Than 2.69 Kwh/24h, Noise : Not More Than 49db, Ambient Temperature : 10-32 ℃, Temperature Range : 20-24 ℃, Compressor Brand : Embraco, Display : Digital Display, Voltage Frequency : 220/50hz, Power / Current : 197w/0.9a, Power Cord : Earth Leakage Protection Material Use Must Be 304 Stainless Steel For Inside Material And Cold-rolled Steel Coated With Anti-bacteria Powder For Outside Material Dimensions :520×640×1030 (interior), 427×360×467 (exterior), 590×695×1210 (package Size) 20gp/40gp/40hq : 24/48/96 Has Low And High Temperature Monitoring, Power Failure Alarm, Sensor Error Alarm And Door Ajar Alarm Has Power Failure Back-up System (alarm) Of Not Less Than 72h Accessories: Caster, Outer Foamed Glass Door, And Uv Light One (1) Unit Avr Standard Requirements: Supplier Must Provide One (1) Copy Of Working Manual Supplier Must Have Ced Or Loa From The Manufacturer 1 Lot 2,079,000.00 2 Automated System For Identification And Antimicrobial Susceptibility Testing Of Gram Positive And Gram Negative Organisms Specifications: Utilizes 96-well Microtiter Plates Using Fluorescence And Turbidimetry For Id And Susceptibility Can Process At Least Three (3) Isolates In A Single Plate For Identification Uses Broth Microdilution (bmd) Technique For Ast Can Offer Cationic Mueller Hinton Broth With Tes, Htm, Camhb With Lysed Horse Blood Can Perform Susceptibility Testing Of Colistin Using Broth Microdilution Technique As Recommended By Clsi And Eucast Can Offer A Susceptibility Plate That Can Perform Ast For Haemophilus And S.pneumoniae Using Haemophilus Test Medium And Mueller Hinton Broth With Lysed Horse Blood Respectively Can Offer A Susceptibility Plate For Filamentous Fungi, Yeasts, Anaerobes, Mycobacterium Tuberculosis, And Non-tb Mycobacterium Ast Plates Can Be Read Manually, Allowing Critical Interpretation Of Unusual Patterns Eliminating The Need To Retest Invalid Results Includes Autoinoculation Machine For Id And Ast Plates Includes Nephelometer For Inoculum Standardization 1 Lot 2,871,000.00 3 Digital X-ray Machine With Panel Detector Product Description: Different Types Of High Performance Generator Based On Its Own The 4-ways Table Is Smooth, And Effortless To Float, And Consisted With Fully Counter-balanced, The Floor-mounted Tube Stand Can Wall Bucky Stand With Electromagnetic Lock For Easy Positioning. User-friendly Flat Surface Control Panel. Anatomical Programming (apr) By Morphology, View And Body Modular Design That Saving Space To Fit Into Virtually Any Clinical Environment. Specifications: Generator Type: High Frequency Inverter Range: 40kw Max. Ma/kv: 500ma/125kv Max. Rating: 500ma@80kv Mas Range: 0.10 - 500mas Exposure Time: 0.001 - 6sec (81 Steps) Apr: 288 Line Voltage & Phase: 220vac 50/60hz Single Phase Tube Anode Heat Storage: 140 Khu Focus Spots ( Dual): 1.0/2.0mm Max. Ma/kv: 500ma/125kv Target Angle: 16° (12°) Collimator: Manual Type With Timer Tube Stand Longitudinal Travel: 200cm Transverse Travel: 26cm Vertical Travel: From 40 To 190cm (from Floor Level) Bucky Table Type: 4-way Floating Top Table Longitudinal Travel: 90cm Transverse Travel: 30cm Max. Loading: 250kg Cassette Tray: Max. 17” X 17” Wall Bucky Stand Type: Floor Mounted Grid: Oscillating Grid (10:1 Standard) Vertical Travel: From 40 To 190cm (from Floor Level) Panel Detector Specifications: Flat Panel Detector (fpd) - 14" X 17" Console Software Image Pilot Bone Suppression Software License Included Scintilator Csi ( Cesium Iodide) Pixel Size 150 Um Aed: Autimatic Exposure Detection Image Storage: Available ( Up To 200 Images) Total Surface Laod 150kg Cycle Time: First View: 4 Sec/cycle Time:10sec Battery: Lithium Ion Battery Battery Performance: 212 Images Or 5.9 Hours Components: 1. Aerodr Ns Flat Panel Detector Detects X-ray And Absorbs Raditation For Image Acquisition 2. Aerodr Ns Battery Charger Charges Battery Of The Flat Panel Detector 3. Aerodr Ns Ac Cable (for Wired Connection) Power Supply Cable For Continuous Power Workstation: Radiologic Technologist Workstation Branded Desktop With Core I5 Processor, 4gb Ram, 1tb Ssd, Viewing Software One (1) Unit 1kva Ups One (1) Unit 60kva Avr For X-ray 1 Lot 3,564,000.00 4 Medical Waste Autoclave Machine Specifications: Vertical Pressure Vessel And Shredder Made In Stainless Steel Two Automatic Sealed Doors Optional Automatic Loading Loading From The Top Of The Machine. The Total Load Will Be Placed In The Upper Chamber The Lower Chamber Is Made Of Perforated Stainless Steel And Equipped With Temperature Control In The Heart Of The Waste (temperature Sensor) And Automatic Rotary Drawer Opening Door For The Unloading Of Waste. Locked Door And Completely Sealed For Air, Water And Particulate Is Equipped With A System Of Separation Of Solid And Liquid Waste Is Equipped With A Heat Recovery System For Pre-heating Of The Water Of The Steam Generator From The Exhaust Air Of The Machine Is Equipped With An Odor Control System, Flash Tank Noiseless < 75db, Vibration-free And Without Harmful Radiation For The Operator Paddle Instrument To Automatically Feed The Shredder And Avoid Jamming Does Not Require Any Consumables Or Any Complementary Equipment Like But Not Limited To; (external Shredder, Compactor, Conveyor). Features: Dimensions (l X L X H), Cm 200 X120 X 212 Shipping Weight, Kg 635 Max Weight When Filled With Water, For A Special Hydraulic Test. Kg 780 Stress, Kg/cm² 0.1 Steam Pressure. Bars 8 Max Steam Flow, Kg/h (existing Steam Network) 35 Compressed Air. Bars 6-7 Electricity 3*380 V 50/60 Hz, Kw 3.2 – 5.0 Operating Feature: Average Cycle Time, Minutes 30 Process Volume Capacity, Liters 100 Average Waste Density, Kg/m³ 100-150 Average Process Weight Capacity, Kg/cycle 10-15 Waste Volume Reduction 80% Microbial Inactivation 108 Or 8 Log 10 Consumption / Cycle - Steam. Kg 6 Electricity. Kwh 0.55 Water. Liters 5 Boiler Specifications: Dimensions (l X L X H), Cm 100 X 100 X 145 Shipping Weight, Kg 150 Max Weight When Filled With Water, For A Special Hydraulic Test. Kg 205 Maxi Steam Pressure. Bars 8.5 Working Steam Pressure Bars 7 Boiler Volume , L 55 Water Tank Volume ,l With Preheating 100 Electricity 380 V / 50 Hz /tri Phase+ Neutral , Kw 37. Installation Requirements: External Steam Supply Or Separate Steam Generator With Heat Recovery System Power Supply: 3-phase 380v/440v/480v 50-60hz Tension 3x380v-400v 50hz / Puissance 3.2kw, Terminals Connections Are Located At The Bottom Of The Control Panel. Dimension Of Panel Control: Width: 60 Cm, Depth: 25 Cm, Height: 80cm Connections: Solenoid Valve Of The Flash Tank X3 (3&4) 2g0,5 Mm ² - 220 Vac Thermostat Of The Flash Tank X3 ( 1&2) 2g0,5 Mm ² - 220 Vac Site Selection: Area Size: 6 To 9 M² Ceiling Height: 2.35 Meters Room Ventilation: 2 Up To 3 Time The Volume Area. Plan An Extraction Near The Machine Room Temperature: 4 -38°c, (35-100°f) Earth Ground: Stress By Foot De 0.1kg/cm² Water Requirements (flash Tank): Water: Tank Connection 1/2’’, Dn15 Female Quantity: 15 Liters Per Cycle 30 Liters Per Hour Flow Rate: 1-2 M³ /hour Pressure: 1- 4 Bars, (15 To 60 Psi) Ph: 7 Sanitary Drain: Draining Of The Machine To The Flash Tank: Connection 2’’/ Dn50 Male Flow Rate: 1m³ /hour Pressure: 0, 5 Bars, (8 Psi) Discharge Temperature: 70-90 °c, (158-194°f) Draining Of The Flash Tank 1 ’’/ Dn25 Male: Flow: 1m³ / Hour Pressure: 0 Bars Temperature: 30-70 °c, (86-158°f) Adjustable By A Thermostat Vent: The Machine Requires A Vent For Releasing The Pressure Vessel To The Atmosphere. The First Decompression V181 Is Connected To The Flash Tank, The Second One V1018 « Decompression Free » Can Be Extend Outside The Room. * The Same Dimension Pipe From The Machine To Outside, 1/2 ‘’. Decompression V181 To The Flash Tank: Connection 1/2’’/ Dn15 Male Decompression Free V1018: Connection ½’’/ Dn15 Male: Pressure: 0, 5 Bars, (8psi) Discharge Temperature: 80 °c, 176°f Maximum The Shredder: Built-in Shredder In Stainless Steel, Special Alloy Knives Shredder With 2 Shafts With Low-speed Rotative Knives (less Than 40rpm) With An Automatic Reverse In Case Of Jam The 2 Shafts With Knives Have Different Speeds. The Sterilization: Sterilization Temperature: 138°c In The Heart Of The Waste Average Pressure: 3.5 Bar Dual Controls Of Temperature With 2 Sensors, One Is Located In The Heart Of The Waste Reduction 8log10 Bacillus Spores (or 10-8) Steam Supply: Steam: Connection 1/2’’ Dn15 Female Flow Rate: 65 Kg /hour Pressure: 7-8 Bars, (100 To 120 Psi) Compressed Air Requirements: Air: Connection On The Pneumatic Box 1 /4’’ Female Or Polyamide Pipe 6/8 Flow Rate: 9m³ /hour Pressure: 6-7 Bars, (90 To 100 Psi) The Treatment: Volume Of Waste Treated, 100 Liters Of Biomedical Waste Per Cycle Average Cycle Duration: 30 Minutes All In One Automated Cycle From Loading To Unloading No Intermediate Handling Of The Waste During The Treatment Cycle The Shredder As Well As The Upper And Lower Chambers Are Fully Sterilized At Each Cycle Waste Volume Reduction: 80% Waste Weight Reduction Up To 30% According To The Nature Of The Waste The System Renders The Waste Unreusable And Safe To Dispose Of As Ordinary Municipal Waste Gravity Unloading Safety Data: Is Equipped With An Interlock Mechanism Data Report Generated In Hard-copy And Soft Copy On A Memory Card For Each Treatment Cycle And The Possibility Of Transfer To A Pc Via A Wired Connection For Security Access, Data And Program Integrity Are Password Protected The Cycle Is Fully Automated And Controlled By Plc And A “touch Screen” Interface The Color “touch Screen” Is Multilingual (french, English And In The Language Of The Country The System Features An Advanced, Interactive, And Operator-definable Interface Layout For Cycle’s Progress Display, Support, Configuration, Setup, Maintenance, Troubleshooting, Alarms And Step-by-step Diagnostics Assistance Recorded Data Include Cycle Number, Treatment Step, Cycle Ok Status, And Treatment Parameters Such As Exposure Time, Chamber Temperature, Steam Pressure, Waste Temperature And The Sterilizing Value F0 Data Report Is Generated In Both Electronic And Hard-copy Formats For Record Keeping, The Operating Results Of Essential Parameters Are Automatically Printed For Each Treatment Cycle. Possibility Of Manual Recovery, Via A Key, Of Some Features Of The Machine (opening, Closing, Emptying…) Jam Prevention Protocol To Avoid Blocking The Shredder Self-diagnostic System With Alarm Leakage System Control For Gaskets Automatic Greasing System Of The Shredder Mechanical Seals Remote Control Of The Machine Via A Secure Connection Using An Industrial Vpn Router (the Router Can Be Connected Directly To The Internet Box, Otherwise The Router Also Has A 4g Connection Allowing A Link To Be Established Via The Cellular Network). International Certificates: Asme (the American Society Of Mechanical Engineers), Ce (european Directives) Gosstandart (russia), Mhlw (japanese Ministry Of Health, Labor & Welfare) Mlse (china) Standards Iso 9001: 2015 & Iso 14001: 2015 Manufacturer References In The Field Of The Infectious Waste Treatment: Minimum Of 350 Current References. Minimum Of 10 Years Of Experience In The Field Maintained A Sale Record Of 20 Machines Per Year In The Last 10 Years Presence In At Least 40 Countries. Accessories: 1. Dry Type Step-up Transformer, 50kva Capacity: 50kva 3 Phase Delta/wye Primary: 220vac/230vac/400vac Delta Connection Secondary: 380vac/400vac + Neutral Phase: 3 Phase Hertz: 60hz Temp Rise: 150 Degree Centigrade @40 Degree Centigrade Ambient 2. For Circuit Breaker Input For 50kva 220 Volts, Single Phase 125 Amp. Output Of Step Up 75 Amp 3phase. 1 Lot 17,400,000.00 5 Emergency Cart Specifications: Size: 750mm X 475mm X 930mm Cabinet Height Abs Body Abs Molded Base And Top Place With 5 Drawers 2 Small Drawers Surface Height 80mm, Inside Size 424 X 375 X 68mm 2 Medium Drawers Surface Height 120mm, Inside Size 424 X 375 X 110mm 1 Big Drawer Surface Height 240mm, Inside Size 424 X 375 X 220mm With 3 X 3 Separator Inside The Drawer With 5mm Guard Rubber Bumper With 4 Pvc Luxury Noiseless Caster, 2 With Break, Anti-static Left Side: Defibrillator Platform, Hidden Adjustable Work Table, Stuff Basket Right Side: Hidden Height Adjustable Iv Pole, 2l Sharp Box In Basket, 2 Dustbin Back Side: Cpr Board, Hidden Adjustable Oxygen Cyinder Holder, 5 Meters Electrical Wires 1 Pc Stainless Steel Trashcan 1 Pc Abs Cardiac Board 4 Unit 155,232.00 6 Defibrillator With Monitor Key Features: Compact 3-in-one Integrated Design: Monitoring (ecg) Manual Defib And Aed. 7” Tft Color Display. Intelligent Li- Ion Battery Power Supply Supporting 2.5 Hours Monitoring, 100 Shocks/ 2 Hours Pacing. 50 Mm Integrated Thermal Recorder Large And Vivid Display With 3 Waveforms Assures Easy Ecg Viewing. Defibrillation, Synchronized Cardioversion And Aed With Biphasic Technology Up To 360j Escalating Dose Energy To Maximize Defibrillation Success. Powerful Power Capacity With Battery To Support Continuous Long Time Monitoring And Shocks During Transport Without External Power Supply. Compact, Light Weighted Design Especially For Both Hospital And Clinics Application. Ipp4 Water And Dust Proof Level Assures D3’s Reliable Performance In All Suitable Clinical Environments. Diagnostic Quality Measurements And Monitoring Including 3/5 Lead Ecg. Freezing Waveforms Reviewing Of Latest 12’secg Waveforms Ensures The Expansion Detection Of Abnormal Signal And 72 Hours Trend. Centralized Settings Of Defibrillation And Monitoring In One Page, Easy To Set All Configuration At One Time. Powerful Data Storage Including 100 Patients Profile, 1000 Events For Each Patient And 24h Consecutive Waveform Storage Satisfies Medical Professional For Case Analysis, Clinical Statistics And Paper Research Requirements. Observable Data Color And Color Distinguishing Buttons Simplify Manual Defibrillation With Only 1-2-3 Steps. Large Alarm Lamp Quickly Attracts Attention For Patient’s Situation Promptly To Improve Patients Care. Paddle Operating Buttons Makes Shock Delivery Quick And Easy By Convenient Energy Selecting, Charging And Shocking Buttons. Rotary Knob Is Very Convenient For Input And Onscreen Navigation By Simple Turning And Pressing. Lead Selections Button Assures Quick Access For Optimal Ecg Waveform Appearance. Multiplex Power Supply Ac/dc/12 Voltage Dc Input, Enables Machine Working Every Places. Standard Accessories: Paddles - The External Paddles Quickly Converted From Adult To Pediatric By Removing The Outer Surface. Pads - Adult And Pediatric Multifunction Defibrillators Pads. 3/5 Leads Ecg Cable & Leadwire 50 Mm Thermal Paper Recorder Defib Gel Power Cord 1 Unit 361,350.00 7 Transport Mechanical Ventilator Physical Specification: Dimensions (hxwxd): 354 Mmx315 Mmx255 Mm (excluding The Trolley) Weight: Approximately 10kg (excluding The Trolley) Display: Screen: 12.1” Color Active Matrix Tft Touch Screen Resolution (hxv): 1280x800 Pixels Brightness: Adjustable Trolley: Dimensions (hxwxd): 1039 Mmx528 Mmx544 Mm Weight: Approximately 20 Kg Communication Interface: Rs-232, Nurse Call Connector, Vga Connector, Usb Port, Ethernet Ventilation Specifications: Patient Type: Adult, Pediatric, Neonate Ventilation Mode: V-a/c (volume Assist/control) P-a/c (pressure Assist/control) V-simv (volume-synchronized Intermittent Mandatory Ventilation) P-simv (pressure-synchronized Intermittent Mandatory Ventilation) Duolevel (duo Level Ventilation) Cpap (continuous Positive Airway Pressure) Psv (pressure Support Ventilation) Vs (volume Support) Aprv (airway Pressure Release Ventilation) Prvc (pressure Regulated Volume Control) Prvc-simv (prvc-synchronized Intermittent Mandatory Ventilation) Amv (adaptive Minute Ventilation) Cprv (cardio-pulmonary Resuscitation Ventilation) Ncpap (nasal Continuous Positive Airway Pressure Ventilation) Niv (non-invasive Ventilation) Apnea Ventilation Controlled Parameters: O₂%: 21 To 100 Vol.% Tv (tidal Volume) Adult: 100 To 2000 Ml Pediatric: 20 To 300 Ml Neonate: 2 To 100 Ml Mv%: 25% To 350% F: Adult / Pediatric: 1 To 100 /min Neonate: 1 To 150 /min Fsimv (ventilation Frequency In Simv Mode): 1 To 60 /min I:e: 1:10 To 4:1 Tinsp: 0.10 To 10.00 S Tslope: (time Of Pressure Rising): 0.00 To 2.00 S Thigh: 0.10 To 30.00 S Tlow: 0.20 To 30.00 S Tpause: Off, 5% To 60% Flow Pattern Square, 100% Decelerating, 50% Decelerating ∆pinsp: 1 To 80 Cmh₂o ∆psupp: 0 To 80 Cmh₂o Phigh: 0 To 80 Cmh₂o Plow: 0 To 50 Cmh₂o Peep: 0 To 50 Cmh₂o Flow Trigger: Off, Adult/pediatric: 0.5 To 20.0 L/min; Neonate: 0.1 To 5.0 L/min Pressure Trigger: Off, -20.0 To -0.5 Cmh₂o Exp% (expiration Termination Level): Auto, 1% To 85% Neg.plimit: (cprv) -30 To 0 Cmh₂o Apnea Ventilation: Tvapnea Adult: 100 To 2000 Ml Pediatric: 20 To 300 Ml Neonate: 2 To 100 Ml ∆papnea: 1 To 80 Cmh₂o Fapnea: Adult / Pediatric: 1 To 80 Bpm Neonate: 1 To 150 Bpm Apnea Tinsp: 0.10 To 10.00 S Sigh: Sigh Switch: On, Off Interval: 20 S To 180 Min Cycles Sigh: 1 To 20 ∆int. Peep: Off, 1 To 50 Cmh₂o Automatic Tube Resistance Compensation: Tube Type: Et Tube, Trach Tube, Disable Atrc Tube I.d. Adult: 5.0 To 12.0 Mm Pediatric: 2.5 To 8.0 Mm Neonate: 2.5 To 5.0 Mm Compensate: 0 To 100 % Expiration Compensation Switch: On, Off O₂ Therapy O₂%: 21 To 100 Vol.% Flow Adult/pediatric: 2 To 80 L/min Neonate : 2 To 20 L/min Automatic Leakage Compensation: Maximum Leakage Compensation Flow Adult: 65l/min Pediatric: 45l/min Neonate: 15l/min Intellicycle Applicable Patient Type: Adult / Pediatric Automatically Adjust Parameters: Trigger, Tslope, Exp% Intellicycle Switch: On, Off Monitored Parameters: Airway Pressure Range: Ppeak, Pplat, Pmean (range -20 To 120 Cmh₂o) Peep (range 0 To 120 Cmh₂o) Tidal Volume Range: Tvi, Tve, Tve Spn (range 0 To 4000 Ml) Frequency Range: Ftotal, Fmand, Fspn (range 0 To 200 /min) Minute Volume Range: Mvi, Mve, Mvspn, Mvleak (range Adult/pediatric: 0 To 100 L/min Neonate: 0 To 30 L/min) Leak%: 0 To 100% Resistance: Rinsp, Rexp (range 0 To 600 Cmh₂o/l/s) Compliance: Cstat, Cdyn (range 0 To 300 Ml/cmh₂o) Inspired Oxygen (fio₂): 15 To 100 Vol.% Rsbi: 0 To 9999 1/(min*l) Wob: 0 To 100 J/min P0.1: -20 To 0 Cmh₂o Nif: -45 To 0 Cmh₂o Peepi: 0 To 80 Cmh₂o Rcexp: 0 To 10 S Tve/ibw: 0 To 50 Ml/kg I:e: 100:1 To1:150 Tinsp: 0.00 To 60.00s Waveforms: Airway Pressure-time, Flow-time, Volume-time, Co₂-time , Pleth-time Loops Paw-volume, Flow-volume, Paw-flow, Volume-co₂ Alarm Settings: Tidal Volume: High Neo: Off, 3 To 200 Ml Ped: Off, 25 To 600 Ml Adu: Off,110 To 4000 Ml Low Neo: Off, 1 To 200 Ml Ped: Off, 10 To 600 Ml Adu: Off, 50 To 4000 Ml Minute Volume High Neo: 0.02 To 30.0 L/min(can Be Set To Off In Ncpap) Ped: 0.2 To 60.0 L/min Adu: 0.2 To 100.0 L/min Low Neo: 0.01 To 15 L/min Ped: 0.1 To 30.0 L/min Adu: 0.1 To 50.0 L/min(can Be Set To Off In Niv) Airway Pressure: High 10 To 85 Cmh₂o Frequency: High Off, 1 To 160 /min Inspired Oxygen (fio₂): High Auto, Fio₂ Exceeds The Alarm Limit For At Leastn30 S, Internal Alarm Limit: Set Value+max (7 Vol.% Or Set Value X10% ) Or 100 Vol.%, Whichever Is Lower. Low Auto, Fio₂ Lower Than The Alarm Limit For At Least 30 S, Internal Alarm Limit: Setvalue-max (7 Vol.% Or Set Valuex10%) Or 18%, Whichever Is Greater. Apnea Alarm Time Low 5 To 60 S (can Be Set To Off In Ncpap) Trend: Type: Tabular, Graphic Length: 72 Hours Content: Monitor Parameters, Setting Parameters (setting Ventilation Mode And Parameters) Log: Type: Alarm, Operation Max Number: 5000 Ventilator Components: O₂ Sensor Type: Calvanic Fuel Cell Response Time: < 15 S Neonatal Flow Sensor: Flow Range: 0.2 To 30 L/min Dead Space: <0.75 Ml Resistance: 0.9 Cmh₂o@10l/min Sidestream Co₂ Module: Displayed Numeric: Etco₂ Measurement Range: 0 To 99 Mmhg Resolution: 1 Mmhg Waveforms: Co₂-time Etco₂ High Alarm Limit: 2 To 99 Mmhg Etco₂ Low Alarm Limit: 0 To 97 Mmhg Mainstream Co₂ Module: Displayed Numerics: Etco₂, Veco₂, Vico₂, Vtalv, Vdaw, Vdaw/tve, Slopeco₂, Vco₂ Measurement Range: 0 To 150 Mmhg Resolution: 1 Mmhg Waveforms / Loop: Co₂ - Time, Volume - Co₂ System Response Time: < 2.0 S Etco₂ High Alarm Limit: 2 To 150 Mmhg Etco₂ Low Alarm Limit: 0 To 148 Mmhg Spo₂ Module: Displayed Numeric: Spo₂, Pr, Pi Spo₂ Measurement Range: 0 To 100 % Pr Measurement Range: 20 To 254 1/min Pi Measurement Range: 0.05 To 20 % Waveform: Pleth Spo₂ High Alarm Limit: 2 To 100 % Spo₂ Low Alarm Limit: 0 To 98 % Spo₂ Desat Alarm Limit: 0 To 98 % Pr High Alarm Limit: 17 To 300 1/min Pr Low Alarm Limit: 15 To 298 1/min Operation Data: Environmental Specifications Temperature: 5 To 40°c(operating); -20 To 60°c(storage) Relative Humidity: 10 To 95 % (operating); 10 To 95 % (storage) Barometric Pressure: 62 To 106 Kpa (operating); 50 To 106 Kpa (storage) Gas Supply: Gas Type: O₂ Pipe Connector: Nist, Diss Gas Supply Pressure: 0.28 To 0.6mpa Peak Flow In Case Of Single Supply Gas: ≥ 210 L/min (btps)* Air Supply (blower): Maximum Output Flow: ≥ 210 L/min (btps)* Maximum Output Pressure: ≥ 80 Cmh₂o Maintenance Interval 20,000 Hours Power And Battery Backup: External Ac Power Supply Power Input Voltage: 100 To 240 V Power Input Frequency: 50/60 Hz Power Input Current: 2.7 To 1.1 A Fuse: T3.15 Ah/250 V External Dc Power Supply Power Input Voltage: 12 V Power Input Current: 15 A Internal Battery Number Of Batteries: One Or Two Battery Type: Build-in Lithium-ion Battery, 14.8 Vdc, 5800 Mah Battery Run Time: 180 Min (powered By One New Fully Charged Battery In Standard Working Condition)* 360 Min (powered By Two New Fully Charged Battery In Standard Working Condition) Special Functions And Procedures: Sigh 100% O₂ Suction Nebulization Manual Breath Inspiratory Hold Expiratory Hold Peepi P0.1 Nif Pv-tool Pulmosight Lung Recruitment Tool (si) 1 Unit 1,633,500.00 8 Infusion Pump Physical Specification: Weight: < 2.5kg Size: 245 X 174 X 87 Mm Screen: 3.5-inch Tft Color Lcd, 480 X 272 Pixels Brightness: 1-8 Levels, Adjustable Display: Infusion Rate, Vtbi, Pressure Limit & Status, Drug Name, Remaining Time, Alarm Status, Total Volume, Battery Status, Brand Of Iv Administration Set Parameters Specification: Accuracy: ≤ ±5% Mode: Rate Mode, Time Mode, Body Weight Mode, Ramp Up/down Mode, Sequential Mode, Micro-infusion Mode, Loading Dose Mode Flow Rate: 0.1 - 2000ml/h Increment: 0.01ml(0.1-99.99ml/h); 0.1ml(100-999.9ml/h); 1ml(1000-2000ml/h) Preset Volume(vtbi): 0.10 – 9999.99ml (increment: 0.01ml) Preset Time:00:00:01 – 99:59:59, Adjustable Accumulated Volume 0-9999.99 Ml Kvo: 0.1-5.0ml/h Adjustable, Step 0.1ml/h, Default Is 1.0ml/h Purge Rate: 0.10-2000ml/h Bolus Rate: 0.1-2000ml/h (automatic Or Manual) Occlusion Detection: 12 Levels Selectable: 75-975mmhg, Default Is 450mmhg; 4 Units Of Pressure Selectable: Mmhg/kpa/bar/psi, Default Is Mmhg Anti-bolus: Unexpected Bolus Reduced When The Occlusion Occurs Dose Rate Units: Ng/kg/min, Ng/kg/h,ug/kg/min, Ug/kg/h,ug/kg/24h, Mg/kg/min, Mg/kg/h, Mg/kg/24h,g/kg/min, G/kg/h, Mu/kg/min, Mu/kg/h, U/kg/min, U/kg/h, U/kg/24h, Ku/kg/h, Eu/kg/h, Mmol/kg/h, Mol/kg/h, Kcal/kg/h, Kcal/kg/24h, Meq/kg/min, Meq/kg/h Air Bubbles Detection 6 Levels Selectable: 20/50/100/250/500/800μl, Accumulate Air: 0.1-4ml/h Auto-lock Time: 1 - 5 Minutes Selectable; On/off Switchable Drug Library: Up To 2000 Drugs; On/off Switchable History Log: Up To 2000 Records Volume Collection: Available In 4 Methods: 24h Total, Current Total, Period, Timing Dose Error Reduction: Available; Definition Of Dose Limits; System (ders): Automatic Alarms When Reaching Dose Limits Iv Administration Sets: Compatibility: Diameter Range From 3.5 To 4.5mm While Thickness Is Between 0.8 And 1.2mm Alarms: Type: Audible And Visual Alarm 3 Levels: High: Downstream Occlusion / Accumulated Air / Air In Ling / No ࡰower / Vtbi Com⁰lete / Kv Fiၮɩshed#? Doɯr Ope~ed/systemġ Medium: Abnormal#system/ 3tandby!timer Expired Low+ġreminder/ဠloŷ Cattery/ No Battery Inserted/ Time Nearꀢenၤ/ Vtji Near Ccccdone Nů Ac Půwer Skund Volume: 1ĭ8 Levdls!relectablf, Defaul| ቩs Levၥl 4• Remmnder〺 1-5 Miîŵues Selectable; On/off ࡳwitchable Bat|eɲy: Operatng Ti}e: ≅ 9 Iours At 25mŭ/h Ńharging Time: ≤ ̶ Hoqrs To ɶull0capaity Inၴgɲface› Rs233; Nursၥ Call Connecvor※&⁄⁃ ၡѥapter Őower Swűply:voltၡge 100-040 V~†; Frequeny 5/60hz; Current 0.4-0.14a Work Environment: Temperature: 5-40ºc For Operating; -20-60 ºc For Storage Relative Humidity: 15-95% For Operating; 10-95% For Storage Atmosphere Pressure 57-106 Kpa For Operating; 50-106 Kpa For Storage Level Of Resistance To Water And Dust: Ip23 8 Unit 712,800.00 Note: The Equipment Should Come With A Two-year Warranty, Preventive And Corrective Maintenance. Bidders Should Attach Their Own Brochure For More Information About The Products And Services.
Closing Date14 Apr 2025
Tender AmountPHP 28.7 Million (USD 501.7 K)
Establishments And Organizations Of Higher Education, Research And Innovation Tender
Environmental Service
France
Details: This Consultation is for the Supply, Delivery, Commissioning and Training of a Set of Equipment. Subject of the contract: Acquisition, delivery and commissioning of scientific equipment for the University of Rennes (cper Glaz Phase 4a and 4b) Lot 1: Eddy-covariance station (co2+h20) Lot 2: Complete central meteorological station Lot 3: Lorawan heterogeneous sensor network - Lot 4: Living sensors: Audio recorders Lot 5: Living sensors: Flying insect trap Lot 6: Multi-parameter measurement systems Lot 7: Cosmic ray water content measurement system Lot 8: A benthic algae concentration measurement probe Lot 9: Air or water oxygen recorders (optical measurement) Lot 10: CO2 measurement probe in water Lot 11: CO2 measurement probes in air Lot 12: Autonomous multi-parameter probe Lot 13: GNSS Mapping Solution With Receiver And Software Lot 14: Rigid Wing Drone Lot 15: Chlorophyll Fluorescence And Stomatal Conductance Measuring Device Lot 16: Pressure Chamber (Scholander Bomb) For Measuring Plant Water Status Lot 17: Impactor For Aerosol Collection Lot 18: Greenhouse Gas Concentration Analyzer Lot 19: Air Sampler For Biological Aerosols Lot 20: Sodar Lot 21: Lot Of A Network Of 25 Multi-parameter Weather Stations Lot 22: 3D Printing System With A Resolution
Closing Date10 Mar 2025
Tender AmountRefer Documents
City Of Malaybalay Tender
Healthcare and Medicine
Philippines
Details: Description City Health Office-medicines 9 700 Bxs Amoxicillin 250mg Cap In 100’s 125.00 10 1633 Bxs Amoxicillin 500mg Cap In 100 133.00 36 14 Bxs Doxycycline 100mg Cap In 100 98.00 44 60 Bxs Ibuprofen 200mg Tab In 100 105.00 60 120 Bxs Omeprazole 20mg Cap In 100 96.00 61 5 Tubes Oxytetracycline Hcl 5mg + Polymyxin B Sulfate 10,000 Units/g Eye Ointment Tube 3.5g 700.00 Cho-medical, Dental And Laboratory 94 2 2 Boxes Alat/sgpt Sl 5 X 125 Ml Nt 15,085.70 121 3 Bots Immersion Oil Type A In 30 Ml 1,400.00 127 3 Pcs Styro Box - Small 150.00 148 2 Kits Papanicolau Stain In 500 Ml 7,500.00 150 1kit Statlyte C Reagant Pack ( Na, K, Cl, Ca,ph ) 58,570.00 151 1 Bot Qc Solution 100 Ml 11,656.10 152 1 Bot Weekly Cleaning Solution 100 Ml 11,656.10 153 1 Bot Ph/na/cl Filling Solution 15 Ml 7,601.80 154 1 Bot Ca Filingfgsolution 15 Ml 7,601.80 155 1 Bot Reference Filling Solution 15 Ml 7,601.80 156 2 Bot K Filling Solution 15 Ml 7,601.80 157 1 Bot Sodium Conditioner 100 Ml 11,656.10 164 10 Boxes Delicate Task Wiper ( Kimwipes ) In 280 300.00 165 250 Rolls Adhesive / Plaster Tape 1 Inch 75.00 167 20 Pack Cellophane Medium Size In 50 50.00 169 65 Gals Disinfectant Concentrate ( Lysol ) 1,500.00 170 30 Pcs Disinfectant Spray ( Lysol) In 538 Grams 550.00 172 5 Pcs Hand Towel - Long 75.00 174 1 Set Humizen 550 Hematology Analyzer 6 Months Maintenance Kit 30,000.00 177 1 Pc Humizen H550 Optical Lamp For Bench- 21,000.00 178 1 Set Complete Micropipette Kit With Stand, Tips And Tip Box ( 5 Ul - 10 Ul, 10ul -100 Ul, 100ul - 1000ul ) 30,000.00 191 1 Unit 10 Lbs Fire Stinguisher (red) 3,000.00 192 6 Pcs Pvc Filer Box 600.00 193 6 Tube Pits And Fissure Sealant 1,020.00 194 4 Bots Bonding Agent C Bond 960.00 196 200 Gals Alcohol 70%, 3 Ltrs 180.00 197 4 Tube Dental Etchant Gel 180.00 198 1 Pcs Dental Light Cure 3,000.00 199 1 Box Portable Dental Ultrasound Scaling Machine-woodpecker 18,000.00 200 1 Set U.v Sterilizing/disinfection Cabinet 12,000.00 202 2 Pcs Medical Trolley Cart 3,360.00 203 4 Pcs Dental Enamel Tray With Partition/divider 300.00 205 300 Pad Tooth Brush For Kids 12pcs Per Pad 108.00 208 2 Pcs Big Flash Light 720.00 209 10 Tube Ky Jelly 150g 180.00 211 30 Pc Styrofoam Boxes 8.5x7.5x6.75 150.00 216 10 Box Adhesive Tape/pluster 1inch,3m In 12’s 420.00 221 40 Box Dental Needle G-27 315.00 224 10 Bot Fabre Softener 500ml 110.00 226 200 Bot Hydrogen Peroxide Solution In 500ml 60.00 228 16 Pcs Laundry/cloth Brush 40.00 229 20 Packs Disposable Container Microwavable100ml 100.00 230 20 Packs Ice Wrapper 100/pcs 40.00 234 30 Box Policresulen 90mg Vag. Suppository In 6 Albothly 1,278.00 238 75 Box Sterile Gloves Size 6.5 In 50 Pairs 800.00 241 104 Pcs Vaccine Thermometer 200.00 242 20 Pack Ziplock-large Size 9 300.00 243 60 Pcs Expanded Zipper Bag Long, Plastic Evelope 100.00 247 40 Mtr Cloth (white) 80.00 248 40 Mtr Clorth (green) 80.00 252 3 Pc Black Trash Bin With Cover 500.00 253 6 Set Pulse Oximeter 400.00 255 3 Kits Diapro Anti Hcv- Elisa Fully Automated, 480 Tests In Wells Compatible To Dynex Ds2 Machine, Saccl-approved 46,000.00 256 3 Box Diapro Hiv (ag/ab) Elisa Compatible To Dynez Ds2 Machine In 480 Tests 50,000.00 257 3 Kits Diapro Syphilis Elisa Fully Automated 480 Test In Wells Compatible To Dyne Ds2 Saccl Approve 22,000.00 270 10 Pc Potable Telescopic Stool 180.00 272 3 Roll Drawstring Garbage Bag In 100s 85.00 273 3 Box Storage 18l Transparent 350.00 Upper Pulangi Lying-in Clinic Laboratory Supplies 278 3 Bottle Disinfectant Spray(lysol) Strawberry Flavor In 538gms 550.00 Medical Supplies 289 2 Pcs Ampule Bottle/vial Opener 100.00 290 2 Pcs Pill Cutter Portable , Small Size , Plastic 80.00 296 1 Unit Ecg-1106g Monochrome Screen 6 Channel, Bulb And Clamp Type Electrodes 45,000.00 297 1 Pieces Emergency Trauma Bag Kit By Elite Bags 8,500.00 298 1 Unit 8 Inches Electronic Portable Vital Signs Monitor 6 Parameter Ecg Machine Bp, Resp, Temp,spo2, Pr 35,000.00 304 3 Unit Emergency Light Tricolor Ael-390 2,300.00 Medicines 308 1200 Bottle Amoxicillin Trihydrate 250mg/5ml Susp In 60ml 21.30 309 80 Box Amoxicillin Trihydrate 250mg Capsule In 100’s 128.00 310 240 Box Amoxicillin Trihydrate 500mg Capsule In 100’s 140.00 315 40 Tube Acapulko Ointment 75.00 322 30 Bottle Azithromycin 200/5ml Susp I20ml 114.00 323 16 Box Betahistine 20 Mg Tablet 100 500.00 324 35 Piece Bisacodyl 5mg Suppository 20.00 327 40 Box Carbocisteine 500mg Capsule In 100’s 32.50 331 20 Box Ciprofloxacin 500mg Tablet In 100’s 130.00 333 800 Bottle Cefalexin 250mg/5ml Susp In 60ml 26.50 342 100 Bottle Clarithromycin 125mg/5ml In 50ml Susp 70.00 343 100 Bottle Cefixime 100mg/ml Susp In 60ml 70.00 346 300 Bottle Cotrimoxazole 200mg/40mg/5ml Susp In 60ml 18.00 349 200 Bottle Co-amoxiclav 228.5mg/5ml Susp. 70ml 136.85 361 80 Bottle Erythromycin Syrup 200mg/5ml In 60 Ml 40.00 362 35 Box Fluticasone+salmeterol+125mcg+25mg120doses(inhaler) 228.75 370 60 Box Ibuprofen 200mg Tablet In 100’s 105.00 371 120 Bottle Ibuprofen Syrup 100mg/5ml In 60ml 68.74 376 80 Box Lozartan 100mg Tablet 100 169.00 390 40 Tube Nitrufuranzone 0.2% Cream 120.00 392 80 Box Omeprazole 20mg Capsule 100 96.00 393 20 Ampule Omeprazole 40mg Ivt Ampule 24.78 395 20 Ampule Pantoprazole 40mg Ivt Ampule 50.00 399 35 Piece Paracetamol 125mg Suppository 16.91 400 8 Box Prednisone 20mg Tablet 100 245.00 410 20 Tube Terramycin Eye Ointment 250.00 417 3 Vial Hysocine-n-butylbromide 20mg/ml 1ml Ampule 17.23 418 3 Vial Hydrocortisone 250mg Powder Vial 54.32 432 35 Ampule Lidocane 20mg/10mg/ml Ampule 50.00 433 10 Box Clotrimazole 100mg Vaginal Suppository 6s 200.00 434 4 Bottle Albothyl (policresulen) 100ml Vaginal Suppository 1,100.00 439 20 Ampule Dexamethasone 4mg/ml Or 5mg/ml Ampule 60.00 443 15 Box Silk 3-0 Suture Round In 12 350.00 446 5 Ampule Betamethasone 5mg/2mg/ml Ampule 900.00 453 10 Box Sterilization Pouch S.5.25"x10" In 200 600.00 454 10 Box Sterilization Pouch S.3.5"x10" In 200 600.00 455 2 Box Disposable Apron, Polythene(75cmx110cm) In 100’s 300.00 460 5 Box Syringe 10cc, 25 Guage In 100’s 1,000.00 461 1 Box Syringe 20 Cc, 100’s 1,000.00 471 4 Box Urinary Catheter French #16 Forwomen In 10’s 300.00 479 1 Box Methergine (methylergonovine Melate) 0.2mg/ml Ampule 10s 500.00 480 30 Oxygen Tank Refill 1,000.00 481 120 Piece Tetanus Toxoid 0.5ml Vials 70.00 495 10 Piece Silicone Nasogastric Tube (ngt) Fr. 16 200.00 496 150 Pack Toothbrush Soft Bristle With Toothpaste (adult) 50.00 499 2 Unit Accu-check Instant 100’s Strips 2,000.00
Closing Date18 Jun 2025
Tender AmountPHP 1.8 Million (USD 32.5 K)
Benguet State University - BSU Tender
Laboratory Equipment and Services
Philippines
Details: Description Supply And Delivery Of Various Laboratory Supplies 150 Pcs Test Tubes, 20 Ml, 16 X 150mm, Borosilicate Glass 37,500.00 10 Pcs Stirring Rod, 12" Long, 4mm Diameter, Borosilicate Glass With Fire Polished Ends 2,500.00 10 Pcs Stainless Steel Beaker 1 Liter Capacity 15,000.00 10 Pcs Stainless Steel Beaker 500ml Capacity 13,500.00 25 Pcs Triangular Glass Spreader, 20 Mm X 30 Mm 41,250.00 50 Pcs Glass Beaker, 150ml Capacity 17,500.00 50 Pcs Glass Beaker, 50ml Capacity 12,500.00 15 Pcs Erlynmeyer Flask, 1000ml Capacity 37,500.00 10 Pcs Erlynmeyer Flask, 500ml Capacity 11,000.00 37 Pairs Petri Dish, 90 Mm 16,650.00 50 Pcs Glass Beaker, 50ml Capacity 17,500.00 50 Pcs Glass Beaker, 100ml Capacity 17,500.00 50 Pcs Glass Beaker, 150ml Capacity 17,500.00 50 Pcs Glass Beaker, 250ml Capacity 17,500.00 50 Pcs Glass Beaker, 350ml Capacity 20,000.00 54 Pc Filter Paper, Ordinary, 24"x 24" 1,512.00 5 Box Qualitative Filter Paper No. 1: Nominal Air Flow Rate:13 S/100 Ml/in²; Nominal Basis Weight 87 G/m²; Nominal Thickness 180 Μm; Typical Particle Retention In Liquid 2 11 Μm 7,500.00 5 Set Micropippette Set With Adjustable Volume (0.5- 10 Ul, 10-100 Ul, 100-1000ul) 85,000.00 Other Supplies 5 Unit "electronic 6.1-inch Digital Caliper With Lcd Readout And Storage Case Individual: Switch Between Sae (inches), Metric (millimeters) And Sae Fractional Units Features A Large Easy-to-read Lcd Screen Resolutions Of 0.0005 In., 1/128 In. Or 0.01 Mm Provide Maximum Accuracy Takes Measurements Up To 6.1 In. In Size Includes A Sturdy Carrying Case And A 3-volt Cr2032 Battery" 15,000.00 4 Set 7.87 Inch Plastic Secchi Disc: The Package Contains 1 Piece Of Secchi Disk, 1 Roll Of Holding String, 1 Piece Of Cone Weight, And 1 Piece Of Tape Measure 8,000.00 1 Unit "ph Meter: Maximum Ph14ph Minimum Ph 0ph Ph Resolution0.1ph Best Ph Accuracy±0.1ph Length175mm Dimensions175 X 41 X 23mm Minimum Operating Temperature0°c Height23mm Width41mm Maximum Operating Temperature+50°c Weight95g Battery Typebutton Cell (1.5 V) X 4battery Life700 Power Sourcebattery" 12,381.70 5 Unit "multi-parameter Test Kit Combined Ecology: Model: Al-36b Number Of Tests: 100 Parameter: Measures Acidity, Alkalinity, Carbon Dioxide (1.25-100 Mg/l), Dissolved Oxygen (0.2-20 Mg/l), Hardness, And Ph (4-10). Platfrom: Color Disc Included: Includes Twelve Reagents, Bottles, Sample Cell With Cap, Color Disc, Viewing Tubes, Comparator Box, Measuring Tube, Instructions And Rugged Carrying Case." 39,000.00 4 Unit "titration Set: Innovating Science Lab Titration Kit: Hcl, Naoh Solutions With Burette, Stand & Clamp Item Volume 50 Milliliters Item Form Liquid Titration Set || Acid & Base || Hydrochloric Acid (2m, 500ml) And Sodium Hydroxide (1.0m, 1l) Durable Lab Stand || Chemical-resistant Steel Ring Stand (8""x5"" Base And 24"" Rod) Suitable For Various Lab Applications, From Funnel Support To Test Tube Holding. Precision Burette || 50ml Capacity, Class A Accuracy With ±0.05ml Tolerance, Borosilicate Glass, And Straight Bore Ptfe Stopcock; Equipped With Clear 0.1ml Blue Graduations. Burette Clamp || Double-sided Butterfly Style, Spring-loaded Jaws That Can Hold Burettes Up To 100ml, Fits Max 16mm Diameter Rods." 11,200.00 2 Unit "weighing Scale, 1.5kg Weight Capacity Resolution 1:30000 Parts Counting Yes Power: 220 Vac / 50 Hz Internal Universal Power Supply, Internal Rechargeable Lead Acid Battery Weighing Units: Kg Or G, Lb, Oz, Lb:oz (only Kg And G Are Available In Lft Mode) Display: Lcd Display With White Backlight, 1.1in/28mm High Digitslcd Display With White Backlight, 1.1in/28mm High Digits Operating Temperature Range: -10 °c To 40 °c Operating Temperature Range -10 °c To 40 °c Platform Size (w × L) 300 × 225 Mm Scale Dimensions (w × L × H) 311 × 327 × 117 Mm Shipping Dimensions (w × L × H) 397 × 447 × 195 Mm Net Weight 4.2 Kg" 90,000.00 1 Unit "universal Oven: Working Temperature Range At Least 5 (un/unplus/unm/unmplus) Or 10 (uf/ufplus/ufm/ufmplus); Above Ambient Temperature To +300 °c; Setting Accuracy Temperature Up To 99.9 °c: 0.1 / From 100 °c: 0.5; Capacity: Volume :108 L; Max. Number Of Internals:5; Max. Loading Of Chamber: 175 Kg; Max. Loading Per Internal: 20kg Voltage Electrical Load 230 V, 50/60 Hz Approx. 2800 W Ambient Temperature +5 °c To +40 °c Humidity Rh Max. 80 %, Non-condensing Dimensions W(a) X H(b) X D(c):atleast 560 X 480 X 400 Mm" 28,000.00 3 Unit " Wired Digital Thermometer Model Number: Rs40 Thermometer Type: Handheld Number Of Temperature Inputs: 1 Absolute Maximum Temperature Measurement: +200°c, +392°f Temperature Scale: Centigrade/fahrenheit Display Type: Lcd Resolution: 0.1° Best Accuracy: ± 2°c (± 4°f) Minimum/maximum Recordings: Yes Automatic Shut-off: Yes Calibrated Certificate: No Operating Temperature: Min: -50 °c To Max: +200°c (-58°f To +392°f)" 12,180.00 3 Unit " 750i Rugged Gps Touchscreen Navigator With Inreach® Technology And 8 Megapixel Camera Physical Dimensions: 3.6"" X 7.2"" X 1.3"" (9.19 X 18.30 X 3.27 Cm) Display Size 2.55""w X 4.25""h (6.48 X 10.80 Cm); 5"" Diag (12.70 Cm) Battery Life Gps Mode: Up To 18 Hours Gps Mode, 10 Min Tracking: Up To 18 Hours Expedition Mode: Up To 330 Hours Expedition Mode, 30 Min Tracking: Up To 300 Hours Memory/history 16 Gb (user Space Varies Based On Included Mapping) External Memory Storage Yes (32 Gb Max Microsd™ Card) Wireless Connectivity Yes (wi-fi®, Bluetooth®, Ant+®) Camera Yes (8 Megapixel With Autofocus; Automatic Geo-tagging) In The Box: Montana 750i, Lithium-ion Battery Pack, Usb Cable, Documentation Accessories: Ac Adapter Cable, Europe, 4gb Microsd Card With Sd Adapter, High-speed Multi-charger, Hrm-dual, Suction Cup Mount With Speaker, Bicycle Handlebar Mount, Marine Mount With Power Cable, Motorcycle/atv Mount Kit And Amps Rugged Mount With Audio/power Cable, Lithium-ion Battery Pack, External Gps/iridium Antenna With Adapter Cable, External Antenna Adapter Cable, Amps Rugged Mount With Audio/power Cable, Dual Port Usb Power Adapter, Microusb 2a Charging Cable, Tempe™, Usb-c Ac Adapter,garmin Connect™ App" 111,999.00 1 Unit "portable Soil Analyzer Model: Rs-trrec-n01-1-ex Power Supply: Battery-powered (5000mah Lithium Battery) Display Method: 2.8 Inch Lcd Display Data Storage: 100w Data Charging Time: ≤8h Working Environment: Temperature -10℃-50℃, Humidity<95%rh No Condensation Accessible Equipment: 1-4 Modbus Device Combination Letter Of Agreement: Modbus-rtu Operating Voltage: Dc 3.7v Standby Time: More Than 8h Continuous Size: 209*100*36 Mm Weight: 500g" 24,836.00 5 Unit "toploading Balance (300 G/0.01g) 1mg High Precision Balance With Small 100g~300g Capacity Calibration Way Weight Calibration Anti-vibration Adjustable Wave Filter Intensity Function Housing Fully Aluminum + Abs Display Vatn Backlit Lcd Display Stable Time 3-10s Adjustable Unit G, Mg, Ct, Oz, Ozl, Dwt, Gn, Lb, N, Dr, Tlt, Tls, Tlh, T(tola), T/a/r(tola/anna/rati), /a/r(tola/mna/rati), Ms(mesghal), Bat, /lb(parts Per Pound),kg,20units Selectable Interface Rs232 Weighing Mode Lock Weighing Mode Lock Automatically Underhook Fit With Underhook Housing Size Without A Shield 310x200x95mm Housing Size With Shield 310x200x270mm Plate Size Φ90mm Power Supply Dc8.4v1a " 50,000.00 2 Unit "digital Microwave (23 L Capacity) Electrolux Emm23m38gb 23l Free-standing Microwave Oven Type Of Control: Electronic Push Bottom + Digital Dimension:width 498 Mm;height 288 Mm Door Type: Handle Display Type: Led White Color Cavity Materials: Grey Voltage (v) 230 Microwave Power (w): 800 " 19,000.00
Closing Date30 May 2025
Tender AmountPHP 810.5 K (USD 14.5 K)
Municipality Of Kalibo, Aklan Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Province Of Aklan Municipality Of Kalibo Invitation To Bid For Purchase Of Tactical Emergency Response Vehicle For The Operation Of Disaster Preparedness, Response, Rescue Activities And Emergency Response Vehicle Use At Municipal Disaster Risk Reduction Management Office, Kalibo, Aklan The Municipality Of Kalibo, Through The General Fund 2025 Intends To Apply The Sum Of Two Million Five Hundred Thousand Pesos (2,500,000.00) Being The Abc To Payments Under The Contract For Purchase Of Tactical Emergency Response Vehicle Use At The Municipal Disaster Risk Reduction Management Office, Kalibo, Aklan With Identification Number 05-001-751-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item Description Unit Quantity 1 Tactical Emergency Response Vehicle Unit 1 04 (terv04) Base Vehicle: 2.4 Utility Van Lwb Dsl Engine: 2gd-ftv, 2.4 L Straight-four Common Rail Diesel Engine Engine Displacement (cc) Displacement 2393 Cc, Emission Rating: Euro 4, Max. Power: 150/3400 (ps/rpm), Max. Torque: 343/1400-2800 (n-m/rpm, Overall Dimensions (mm): 5,303 X 1,705 X 2,097, Wheelbase (mm): 3,085, Seating Capacity: 2 + 12 Tread (front/rear): 1510/1510, Min. Turning Radius: 5.4, Fuel Tank Capacity: 50 Liters Transmission: Manual 5 Speed, Front Brake/rear Brake: Disc/drum, Suspension: Ifs Coil/rigid Leaf Spring, Tires/ Wheel: 195r14c Steel Fx Body Features: Body Made Of Pressed And Electrically Welded Galvanized Iron Sheets, Polyurethane Finish, With Air Conditioning System Interior Features: One Side Medical Cabinet, Folding Bench Seat Stretcher Ramp With One (1) Collapsible Stretcher Spine Board Holder Iv Holder Interior Lighting Grab Handles Oxygen Tank With Mount And Regulator Non Slip, Heavy Duty Ambulance Grade Flooring With Bacteriostatic Properties, Easy To Clean Hard Wearing Supplied And Installed Ambulance Equipment 1. Spinal Board With Pin The Spinal Board Spencer B-bak Pin Is A Device For Recovery, Immobilization And Transfer To A Main Stretcher Of Patients With Suspected Spinal Injuries Specific Features The Number Of Handles, Their Placing And Their Shape Offer Uneasy Grip Even Difficult Conditions. The Tapered Shape Allows Place The Device Inside Spencer Basket Stretchers Smooth And Rounded Surfaces Ensure An Effective Sanitation. Robust And Light Structure To Ensure High Resistance Slide On The Lower Side To Minimize Sliding Resistance During The Application The Low Thickness Makes The Application And Storage Easier Equipped With Pins To Allow Easy Fixing Of Belts With Snap Hook. Technical Data Dimensions: 1840x405x45 Mm Materials: Pe N” Handles: 14 N” Pin: 8 Loading Capacity: 180 Kg Weight: 6 ± 0,3 Kg 2. Compact Universal Head Immobilizer Technical Data: Base Dimensions (button Hole Exluded): 365x260x20 Mm Pillow Dimensions (1 Piece): 255x85x160 Mm Hole For Ear Inspection : Ø70 Mm Base Weight 360 Pillow Eight: 500 Overall Weight: 1.46 Materials: Pe, Pvc, Nylon 3. Reflective Universal Spider Straps System For Spine Boards Material: Nylon-polypropylene Width Of Strap: 53mm No. Of Connections: 10 V Tape Length: 250mm (min)/520mm (max) Transversal Tape 1 Length: 750mm (min) / 1350mm (max) Transversal Tape 2 Length: 600mm (min) / 1250mm (max) Transversal Tape 3 Length : 550mm (min) / 1110mm (max): Transversal Tape 4 Length: 4. Aneroid Sphygmomanometer With Large Dial And Protection And Sprague Rappaport Stethoscope Ce Certified Material: Pe, Nylon, Rubber, Al Extended Cuff Dimension: 530x145mm Rubber Protection Dimension: 220x150mm Dial Diameter: 130 Mm Pipe Length: 50cm Spiral Pipe Length: From 50 To 172 Cm Manometer Range: 0-300 Mmhg Weight: 1.1 Kg Md Class Im Ce Marked According To Dir. 93/42/cee Conforms To Uni En Iso 81060-1 Highly Visible Dial With Rubber Protection Dgx 189 Stethoscope Technical Data: Bell Maximum Diameter: 45mm Bell Minimum Diameter: 31 Mm Tubes Length : 56 Cm Weight : 235g Vehicle Emergency Warning System A. Led Light Bar – 1 Set R/w (preferred Made In The Usa) High-performance All Led Lightbar With Rear Work Lights And Cruise Mode; Stop/turn/tail Functionality. Specifications: Input Voltage: 12v Current Draw: 16 Amps Cable Harness : 10 Feet Dimension: 49.8” X 1.6” X 12” 4-watt Cree Leds 40° Optics With Stop, Tail, Turn (stt) Meets Or Exceeds Sae Class 1 5 Year Warranty Made In The Usa B. Siren And Public Address System The Full Function Is A Controller And Siren All-in-one Solution. The Controller Has 6 Programmable Buttons To Pair With Any Emergency Vehicle Light. The Is The Most Advanced Siren For Cars, With 21 Police And Fire Tones, Integrated Wig-wag, Air Horn, Horn Ring, Park Kill And Radio Rebroadcast Functionality. Full Function Siren Specifications: 100w 21 Programmable Siren Tones 5. Auxiliary Outputs (3.5a) Auxiliary Buttons Programmable As On/off Or Momentary Integrated 2 Output Wigwag Capability (for Lights) All In 1 Unit (no External Relay) Rotary Switch Included Mic Air Horn, Park Kill, Radio Rebroadcast Capabilities Led Backlit Buttons Volume Control Legend Sheet Included Rugged Metal Housing Includes Dash Mount Bracket Dimensions: 7.4 L X 4.84” W X 2.53” H Controller Dimensions: 6.77 L X 2.43” W X 1.21”h Certifications Sae J1849, Sae J1119 Mic Cable Length: 2 Feet Max Current Draw: 20a Triton 100w Speaker/siren Specifications: 124db Sound Output 1000watts 85 Degree Sound Dispersion Lightweight Durable Polycarbonate Frame Compact Design To Fit Behind A Grille Includes L-shape Mounting Bracket Rugged Weather-resistant Enclosure Functions With Any Existing Siren Dimensions: 3” H X 7 L 7” L Impedance Of 11 Ohms Neodymium Magnet Certifications: Sae J1849 Frequency Response Of 600-2700hz Additional Works And Supplies One (1) Lot Supply And Installation Of Custom Decals And Markings One (1) Lot Supply And Installation Of High Quality Tint, Except Windshield, Driver And Front Passenger Windows Supplies Vehicle Accessories One (1) Set Standard Manuals, Tolls And Hydraulic Bottle Jack As Provided By The Vehicle Manufacturer One (1) Set Spare Tire With Rim One (1) Set Ewd Includes: Three (3) Years Lto Registration Terms And Conditions: • Base Vehicle Must Be Brand New And No Prior Registrations. Vehicle Must Be Registered Only To The Lgu. • To Ensure Technical Compliance, After Sales Support And Warranty. Bidders Must Provide Manufactured Issued Products Sheets For Offers As Part Of Technical Requirement In The Bidding Documents Showing Technical Compliance Backed With Distributorship Certificates With Warranty Commitment For The Following Critical Ambulance Equipment. Failure Of Which Shall Be Ground For Disqualification. ° Ambulance Wheeled Cot ° Folding Stretcher ° Scoop Stretcher ° Potable Suction Machine ° Stair Chair ° Electronic Visual And Audio Emergency Warning System (lightbar, Siren, Speakers, Surface Mounted Lights & Controllers) • Equipment With Required 10g Fixation Must Attached Corresponding Certifications • Supplier Must Conduct Orientation And Basic Training On The Proper Use And Maintenance Of The Installed Equipment • Offer Includes Delivery And After Sales Support The Municipality Of Kalibo Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within One Hundred Twenty (120) Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Prospective Bidders May Obtain Further Information From Municipality Of Kalibo And Inspect The Bidding Documents At The Address Given Below During 8:00 -12:00 A.m. And 1:00 – 5:00 P.m., Except Saturdays, Sundays & Holidays. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 9 – 25, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. The Municipality Of Kalibo Will Hold A Pre-bid Conference On June 13, 2025; 9:00 A.m. At 2nd Floor Municipal Conference Hall, Old Building, Kalibo, Aklan. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 8:30 A.m. Of June 25, 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. Bid Opening Shall Be On June 25, 2025; 9:00 A.m. At 2nd Floor, Municipal Conference Hall, Old Building, Kalibo, Aklan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Municipality Of Kalibo 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: Leah E. Yarre Bac – Secretariat Telephone Number (036) 268-4436 You May Visit The Website: For Downloading Of Bidding Documents: Www.kaliboaklan.gov.ph Sgd: Mary Gay Q. Joel Bac Chairperson
Closing Date25 Jun 2025
Tender AmountPHP 2.5 Million (USD 43.6 K)
Municipality Of Batuan, Bohol Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Bohol Municipality Of Batuan Abstract Of Bid/bill Of Quantities ____________________________ ____________________________ ____________________________ Sealed Proposals,plainly Marked''proposals For Supplying To The Government''subject To The Terms And Conditions Set Forth Will Be Received On_______________ Of _________________ And Publicly Opened In The Presence Of The Members Of The Bids And Awards Committee Or Their Duly Authorized Representatives. Item Qty Unit Item Description Unit Cost Total Cost 1 Unit Professional Digital Console Microphone Mixer 20 Channels, 12 Stereo Microphone Inputs 4 Stereo Signal Audio Inputs, 2 Stereo Signal Outputs, 6 Sub/bus Out Signal, 1 Head Room Out, Digital Touch Screen Display For Easy Calibration, Individual Parametric Graphic Equalizers At 26 Equalizers, Hot Spot Operated At Google Play Remote Control/can Be Control On Any Android Gadgets, 5 Inch 7 Inch Touch Screen Display, All With Matrix Adjustmt Gate & Compressor Control, With Vocal Effects Processor, 3 Heavy Duty, Studio Master Digilive. 1 Unit Professional Digital Audio Processor Digital Speaker Management * Take Control Of Your Pa System With This State -of-the[1]art Loudspeaker Management System * Automatically Set Up Your Pa With Updated Wizard Functions *take Control Of The Drive Rack Pa2 With Your Favorite Mobile Device Or Laptop *enhanced Advanced Feedback Suppression And Autoeq Functions *includes Dbx's Legendary Compression *works With Android, Ios, Mac, And Windows Devices *built-in Crossover, Limiting, And Driver Alignment Delays 4 Units Professional Passive Sound Reinforced Speaker System, Dual 15 Inch With 4 Inch Compression Driver Unit, By Amp Design, 2500 Watts Each (rms), Plybeirge Box Enclosure, Long Thru Voice Quality At 110 Degrees Voice Caption Dipression, Heavy Duty Series 9 Units Professional Sound Reinforced Self Powered (powered) Speaker System With Compression Driver Unit, 12 Inch Speaker Driver With Compression Driver Unit, 500-800 Watts (rms) Self- Powered, Digital Back Control Display, With Tone Control And Gain Control 4 Units Professional Sound Reinforced Sublow Passive Speaker, Customed Made Speaker Enclosure At Textured Finished, W-box Jbl Design Customed With Unit Of 1,600w Rms- Original P. Audio 18 Inch Speaker Inclusion Heavy Duty, All Weather Passive 2 Units Professional Stereo Power Amplifier For Sublow Speaker Use, Toroidal Power Supply At 2000-4000 Watts (rms) Per Channelx 2, Powerful Power Transitor Type, Heavy Duty 2 Units Professional Stereo Power Amplifier For Mid Low- Mid Hi-use, Toroidal Power Supply At 1800-3000 Watts (rms) Per Channelx2, Powerful Power Transitor Type, Heavy Duty, 1 Unit Professional Professional Stereo Power Amplifier For Hi Mid Hi-use, Toroidal Power Supply At 800-2000 Watts (rms) Per Channelx 2, Powerful Power Transitor Type, Heavy Duty 1 Set Professional Wireless, Handheld Microphone System, 2 Handheld Mic In One Set At Uhf Frequency Battery Operated, Plus Ufh Main Receiver In One Set Ufh Frequency, 220v, 100 Meters Caption, 1 Unit Professional Automatic Voltage Regulator, With Time Delay, Servo Motor Type, With Volt Meter And Amphe- Re Meter, Dual Toroidal Power Supply, Prevents Fluctuation Of Electricity From Low Voltage To Hi Voltage To Electrical Normalization, 20,000 Watts-(20kva) Heavy Duty 1 Lot Hardware, Bolt, Screws, And Other Electrical Ancilaries For Electronic And Electrical Connectivity That Includes Bracketing For The Bleacher Speaker System, Its Safety Cabling And Audio And Electrical Terminal 1 Set Professional Snake Box Customized From Operator S Booth To Signal To User 16 I 4 Returns 4 Rolls Professional Stereo Signal Cable, 99.99 Percent Copper Pure, 400 Ohms, Copper Pure, Heavy Duty, 4 Rolls Professional 16-2 Cable Enclosure In One Insulation With Ground, Royal Cord 16-2, 99.99 Percent Copper, Oxygen Free, Use As Speaker Cable/ Supply Cable: 40 Pairs Professional Xlr Male And Female Connectors, 1 Lot Professional Systems Installation Fee That Includes A) Bracketing B) Mounting Of Equipments C) Programming D) Calibration E) Termination F) Orientation To End User G) Orientation To Basic Maintenance Of The Said Supply Note: Along With This Package Is A Free 1 Set Of Stage Search/spotlight Red-green-blue-white Spot Colors 1 Set Supply And Professional Installation Of Led Wall With Protective Roll Up Covers, Its Framing Programming, Accessories And Electrical Supply Inclusions Per Set: 1 Set 60 Panels Of Led Wall At 50cmx50cm Per Set-- At P3.9 Projection Contrast Rate, Fine Quality, Ip66-67 All Weather Outdoor Led Wall Sytem, Water And Heat Proof, Programmable, Ultra High Definition, All Colors Available Real And Bright Image Projection, Can Form To Landscape Or Portrait Set Up Approximate Measurement When Assembled Per 40 Panels Of 50cm X 50cm= 8.65 Ft X 11.80 Ft 1 Unit- Led Wall Driver/ Controller, Heavy Duty 1 Unit: 30kva/30,000 Watts Automatic Voltage Regulator, Toroidal Power Supply With Voilt Meter And Ampere Meter Equipt With Time Delay And Servo Motor Type, Adopts Electricity Fluctuation Both Low And High Voltage, Heavy Duty 1set Metal Frame For Fixed Installation On The Stage 1 Set Protective Roll Ups, Stainless Steel Metal With Vertical Metal Support, Horizontal Roll Up Blades As Protective Cover, Heavy Duty, Customed Made 1 Unit Professional Computer Set With 24 Inch Computer Set Monitor, Computer Specs: *amd Ryzen 7 5700x 3.4ghz (4.6ghz Max Boost) Cpu Processor I 1tb Nvme Ssd Up To 30x Faster Than Traditional Hdd I 240mm Aio *nvidia Geforce Rtx 3060 12gb Gddr6 Graphics Card (brand May Vary) I 16gb Ddr4 Ram 3200 Gaming Memory With Heat Spreader I Windows 11 Home 64-bit *802.11 Ac I No Bloatware I Graphic Output Options Include 1x Display Port Guaranteed, Addiotional Ports May Vary I Usb Ports Including 2.0, 3.0, And 3.2 Gen 1 Ports I Hd Audio And Mic I Free Gaming Keyboard And Mouse *4 X Rgb Ring Fans For Maximum Air Flow, 11th Gen 1 Set Electrical Cables Its Safety Earth Groundings, Panels And Switches 1 Lot Professional Systems Installation That Includes Mounting Of Led Walls, Bracketing, Program Ming, Termination, Calibration And Orientation To End User 1 Unit Professional Stage And Entertainment Lighting And Effects Control With Bright Screen, Increased Processing Power, And Faster Graphics Engine, The Tiger Touch Ll Is The Most Specified Titan Console. * Represents The Perfect Combination Of Power And Portability * Small And Light Enough To Fly In Standard Hold Luggage *smpte Time Code Support And A Button Layout To Match The Entire Titan Range Quicksketch Labelling For Ultimate Personalization Powerfull Multi-user Networking With Any Titan Console Create Huge Effects In Seconds With Key Frame Shapes Feature-packed Cue Lists Supporting Macros, Tracking, Autoloads, Timecode And More Expand Dmx Channel Capacity With Titan Net Processors Synergy-ready. Add Any Ai Product To Unlock Seamless Video Integration 10 Unit Professional Beam 295 Moving Head Lights With Touring Hard Case Good For 2 Moving Heads Equivalent To 5 Touring Hard Case For 10 Units Of Beam 295 Features: 14r 295w Beam Moving Head Light Lamp: Roccer 14r 295w Channel Mode: 18 Dmx512 Channel Amazing Dot Matrix, Four Tact Switch, 180◦ Turning Show Color Wheel: 14colors + White, And Seven Colors Effect Gobowheel: 14 Gobos (8fixed Gobos + 5 Glasses Gobos + White) Effect Wheel: 6 Independent Prisms, 8 Prism/ T Prism/ 6+12 Prism/16 Prism/t Prism/8+16+24 Prism, Can Combine 17 Kinds Of Prism Effects 32 Units Professional Par Led Light Stage Color Changer Lights, Red Green Blue White Color Combination Heavy Duty 3 Watter Equals 162 Watts Over All At 54 Bulb Or 18 Bulbs At 9 Watts Per Bulb 2 Units Professional Crank Case Type Tripod Heavy Duty Lighting Stand Controls Up And Down Of Installed Lights, Easy Movable In Different Angles, Load Up To 70 Lkgs, Can Accommodate 8 Units Of Par Led Lights 2 Units Professional Power Smoke Machine System With 2 Liters Unscented Smoke Fluid Free Each Machine 1,500 Watts 4 Rolls Number 16 Pure Copper Power Dupex Cable, Heavy Duty, Philippine Standard Strand 5 Rolls Professional Dmx Cable, Signal Microphone Cable 100-400 Ohms Impedance, Heavy Duty, Pure Copper 99.99 Percent Coper, 2 Shielded Plus One Ground Wire In One Consolidated Cable, 4 Units Professional Dmx Lightings Signal Splitter, Heavy Duty At 8 Splits 1 Units Professional Automatic Voltage Regulator 30 Kva (30,000 Watts) With Ampere Meter And Volt Meter, Equip With Time Delay, Servo Motor Type, Toridal Power Supply, Dual Power Supply Winding At Pure Copper At Power Supply In One Cabinet, Enclose In One Stainless Steel Metal Cabinet, With Locking System And Caster Wheel For Mobility Protects All Lighting Equipments From Power Interruption That May Cause Power Fluctuation Form Low Voltage And Hi Voltage To Normalization Or Voltage Normalization 1 Lot Electronics Connector For All Electronic Connectivity 1 Lot Electrical Connectors, Panels, Outlets And Plugs 1 Lot Professional Systems Installation That Includes: A) Bracketing B) Mounting Of Equiptments C) Programming D) Calibration E) Termination F) Orientation To End User G) Orientation To Personnel To Operate On Basic Programming And Maintenance Of The Said Supply Total Total Bid/quotation Should Not To Exceed The Approved Abc Name Of Project: Purchase Of Supply Of Audio And Lighting Equipment With Systems Programming And Led Wall For Batuan Gymnasium Place Of Delivery:pob. Sur , Batuan, Bohol Time Of Delivery:__________________ Date Of Delivery:___________________ Bid Security Surety (5%) Cash Guarantee (2%) I Hereby Certify That The Above Articles Are Actually Carried In Stock By Me. The Terms And Conditions Specified Above Are Hereby. _______________________________ Name & Signature Of Bidder Eliseo B. Sumampong Bac Chairman
Closing Date3 Jan 2025
Tender AmountPHP 4 Million (USD 69 K)
Municipality Of Palo Leyte Leyte Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of Palo Invitation To Bid For Supply/delivery Of Diving Gear With Compressor Unit For The Bantay Dagat Of The Municipality Of Palo, Leyte Purchase Request No. 25-02-082 1. The Municipality Of Palo, Through The Calamity Fund Approved By The Sangguniang Bayan Intends To Apply The Sum Of Three Million Nine Hundred Four Thousand Thirty Five Pesos (p3,904,035.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply/delivery Of Diving Gear With Compressor Unit For The Bantay Dagat Of The Municipality Of Palo, Leyte With Pr No. 25-02-082. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Palo Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Sixty (60) Calendar Days. Bidders Should Have Completed, Within Ten (10) 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). Description Of Goods Item No. Item & Description Unit Qty. 1 Diving Gear Inclusions: Bouyancy Control Device (bcd) Jacket Uv Protected 1000 Denier Cordura® Height Adjustable Shoulder Buckles Specially Designed Octopus And Pressure Gauge Pockets Backpack With Handle To Carry Easily Adjustable Cummerbund High Buoyancy Lift Color & Size Identification Weight 4.2kg /9.2lb (size L) Available Size: Xxs, Xs, S, M, L, Xl, Xxl Regulator Lightweight And Reliability Weight (w/hose): 35.45 Oz. (1,107 G) Nitrox Ready Up To 40% Oxygen Out-of-the-box First Stage: Balanced Diaphragm Dfc System Sandblasted Chromed Marine Grade Brass Inherently Environmentally Sealed Design Design Provides Protection From Sand, Salt, Chlorine, Pool Acid & Contaminants Pre-oriented Pressure Ports A.c.t. Advanced Coating Tri-material Valve Technology 4 Lp Port And 2 Hp Ports 2 Hp Ports Second Stage: Primary And Octopus Soft Purge Diaphragm With Mesh- Grid Downstream Demand Valve Mid-size Stylish Second Stage Vortex Assisted Design (v.a.d.) System Fluid Dynamic Deflector Console Pressure Gauge: Compact Lightweight Ergonomic Design Dimensions: 5.2" X 2.8" X 0.9" (132 X 70 X 23 Mm) Weight: 9.88 Oz. (280 G) Durable Brass Case W/techno Polymer Lens Color Coded For Safe Air Reserve Readout: 0 To 360 Bar 50 Bar Color Coded In Red 200 To Full Scale Color Coded Blue Depth Gauges: 0' To 230' Read Out Safety/deco Stop 0' To 30' Indicator For Safety Max-depth Indicator Needle (mdin) Wetsuit 3mm Fullsuit All Black Wetsuit With Grey Side Panel Ykk Plastic Zippers Which Are Superior To Metal No Derailing No Corrosion Back Zipper With Nylon Webbing For Easy Zipping Collar With Adjustable Velcro Neck Construction Provide Better Comfort Flatlock Stitched Construction With Contrastive Color Sewing Equip With Printing Knee Pad Protection Suitable For Diving Sports & All Water Sports Available Sizes: Xxxs, Xxs, Xs, S, M, L, Xl, Xxl Mask Tempered Glass Dual Heavy Duty Construction Integrated Buckles System On Frame, Easy To Use Even With Gloves Extremely Comfortable Silicone Skirt Available In Yellow And Blue Frame Snorkel Curved, Ergonomic Design For Extended Use Integrated Snorkel Holder Soft Siliter Mouthpiece Drain Valve For Immediate Cleaning Booties Ankle Booties High Cut Lightweight, Ideal For Travelling Non-slip Sole 5mm Neoprene Fins Abs Plus Buckles Which Can Be Adjusted With One Hand 3 Channels For Maximum Thrust Stabilizers A Mid-sized Blade Which Is Made To Last Color Available: Black, Yellow And Blue Gloves Neoprene Lining On Both Sides Rubber Pattern On The Palm For Extra Grip 2 Mm Neoprene With A Layer Of Rubber On The Palm To Ensure Maximum Grip And Protection From Abrasions Diving Gloves Offer Thermal Protection With Maximum Comfort Of Movement Bag Extremely Lightweight External Zip Pocket Reinforced Bottom Long Wide Straps Dimensions (lxwxh): 69 X 26 X 29cm / 27 X 10 X 11in Unit Net Weight: 0.7kg / 1.5lb Volume: 50l / 3057in³ Belt (55 Pcs Per Set) Webbing Nylon For Weights Buckle Stainless Steel Buckle Weights (5 Pcs Per Set) Weight 2lbs Made Of High-quality Lead Keeper (5 Pcs Per Set) Black Plastic Weight Retainer Is Often Referred To As A 'triglider' Made Of Plastic, The Weight Retainer Is Light And It Also Features A Serrated Keeper To Keep Itself In Place Tank (2 Pcs Per Set) 11.1 Liter / 80cf Tank 3000 Psi Pressure Thread Size: 3/4-14 Npsm 6061-t6 Aluminum Brushed Finish Cylinder Tank Valve Easily Converts From Yoke To Din Cylinder Is Nitrox Ready Up To 23.5% Made In Usa Tank Valve Ready For Din / Yoke Connection Rated To 240 Bar / 3,500 Psi Dive Float Oral Inflate Tube Oprv (over Pressure Release Valve) 2nd Stage Inflation Safety In Small Package Dimensions: 6" X 72" Reel Black Plastic Reel Line – White Color And 25 Meters Only With Brass Double End Bolt Knife Aisi 420 Stainless Steel Blade (11.8 Cm): Durable And Precise For Underwater Tasks. Total Length With Handle (23 Cm): Provides Versatility Without Compromising Portability. Curved Smooth Edge: Enables Easy Cutting In Various Underwater Scenarios. Serrated Edge And Line Cutter: Adds Versatility For Different Cutting Needs. Non-slip Handle With Overmolding: Enhances Grip For Secure Handling Underwater. Easy Release System: Ensures Quick And Efficient Access To The Knife. Rigid Sheath With Straps: Safely Carry The Knife Attached To The Calf Or Thigh For Easy Access. Lights Led Chip: 1* Luminous Sst40 Brightness: High: 2000 Lumens, Mid: 1000 Lumens & Low: 300 Lumens Light Mode: High/mid/low/strobe/signal Mode Run Time: 3h/4h/15h/5h/200h Lux: High ≥20000lux Charging Time: 4h Beam Angle: 11° Beam Distance: High ≥ 290m Light System: Reflector Light Effect: Spotlight Battery: 1*built-in 21700 Battery 5000mah Housing Material: Pc + Aluminum Waterproof: Ipx8 Underwater 100m Impact Resistance: 1.5m Net Weight: 196g (with Battery) Compass Double Read Out, Side Or Top Max Operative Trim: 20 Degrees Dial Plate: 40 Mm High Resistance Techno Polymer, Polycarbonate Computer Entry Level Solution 3-line Layout Ean (nitrox) From 21% To 99% Rgbm Algorithm Glass: Mineral Glass Display: Segment Display Max Displayed Depth: 150 M (492ft) Battery: Cr2450 Fresh And Seawater Settings: Yes Residual Nitrogen Reset: Yes Upgradeable Software: Yes Compressor Specifications: Liters/ Minute: 280 Filling Tanks Per Day: 30 To 50 Tanks (80cf) Maximum Service Pressure: Final Safety Valve Service Pressure 232 Bar / 3,364 Psi Available Source Of Power: 9hp Gasoline Or 5hp 1ph High Speed 220v 60hz Electric Motor Filling Hoses: 2 Filtration: Maxi Filter Condensate Drain: 2 Separators With Manual Drain Lubrication: Splash Lubrication Dimension (lxwxh): 100 X 70 X 46 Cm Sets 5 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Municipality Of Palo Thru The Bids And Awards Committee And Inspect The Bidding Documents At The Address Given Below During Regular Working Days From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Tuesday, February 25, 2025 From The Given Address Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (5,000.00). The Procuring Entity Shall Allow The Bidder Or His/her Authorized Representative To Present His/her Proof Of Payment For The Fees In Person. 6. The Municipality Of Palo Will Hold A Pre-bid Conference On Wednesday, March 5, 2025 At 10:00 O’clock In The Morning At Ground Floor, Municipal Annex Building, San Roque St. Corner Acebedo Ave., Brgy. Buri, Palo, Leyte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 10:00 O’clock In The Morning Of Monday, March 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 Monday, March 17, 2025 At 10:00 O’clock In The Morning At San Roque St. Corner Acebedo Ave., Brgy. Buri, Palo, Leyte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Palo 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: Engr. Jadd Meyrick S. Agner Municipal Engineer Municipal Annex Building, San Roque St. Cor. Acebedo Ave., Brgy. Buri, Palo, Leyte Email Address: Jaddagner@gmail.com Telephone No. 63-053-83255666 February 25, 2025 (sgd) Engr. Jadd Meyrick S. Agner Bac Chairman
Closing Date17 Mar 2025
Tender AmountPHP 3.9 Million (USD 68 K)
5561-5570 of 5666 archived Tenders