Software Tenders

Software Tenders

FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender

Software and IT Solutions
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents 
Details: This Is An Rfi (request For Information) federal Bureau Of Prisons Jira Service Desk And Confluence Data Center Remote Administration Support/maintenance Application Support For Fy 2026. the Period Of Performance Shall Be For Fy26; From October 1, 2025 Through September 30, 2026 vendros Hall Provide The Following: Vendor’s Capabilities, Qualifications, Relevant Experience, Proposed Solutions, Andpricing Structures. Additionally, We Would Welcome Any Supporting Documentation Or References That Can Assist Us In Evaluating Potential Vendors. the Federal Bureau Has A Requirements For Providing (80 Hours Per Month) Remote Administration Services For The Jira Service Desk And Confluence Data Center Platforms. These Services Are Intended To Ensure The Efficient And Effective Operation, Configuration, And Maintenance Of The Jira Service Desk/confluence To Support Our Organization’s Service Management Processes. 1. System Administration: • Provide Comprehensive Administrative Support For The Jira Service Desk And Confluence Data Center Platforms, Including User Management, Project Configuration, And Workflow Customization. • Ensure The System Is Properly Maintained, Including Performing Regular Updates And Patch Management. 2. User Support: • Offer Timely And Effective Support To End-users And Administrators, Resolving Issues Related To Access, Permissions, And General Usage Of The Jira Service Desk And Confluence Data Center Platforms. • Provide Training And Documentation To Users To Enhance Their Understanding And Effective Use Of The Platform. 3. Customization And Optimization: • Customize The Jira Service Desk And Confluence Data Center Platforms To Align With The Organization’s Specific Service Management Processes And Requirements. • Optimize The Performance And Functionality Of The Platform By Implementing Best Practices And Recommending Improvements. 4. Integration And Automation: • Integrate Jira Service Desk And Confluence Data Center With Other Tools And Systems Used Within The Organization To Streamline Workflows And Enhance Productivity. • Develop And Implement Automation Rules To Reduce Manual Tasks And Improve Efficiency. 5. Security And Compliance: • Ensure The Jira Service Desk And Confluence Data Center Platforms Complies With The Organization’s Security Policies And Relevant Regulatory Requirements. • Implement Security Measures To Protect Data And Maintain The Integrity Of The System. 6. Reporting And Analytics: • Create And Maintain Reports And Dashboards To Provide Insights Into Service Desk Performance And Key Metrics. • Analyze Data To Identify Trends, Areas For Improvement, And Opportunities For Optimizing Service Delivery. 7. Incident And Problem Management: • Manage And Resolve Incidents And Problems Related To The Jira Service Desk And Confluence Data Center Platforms. • Implement Proactive Measures To Prevent The Recurrence Of Issues And Improve System Reliability. 2. Period And Place Of Performance: the Contractor Shall Schedule And Complete The Tasks Shown Below During The Term Of The Contract (fy 2026). The Commencement Date(s) Shall Be Mutually Agreed Upon. The Period Of Performance Is From October 1, 2025, Thru September 30, 2026. (contractor Shall Perform 80 Hours Of Work Per Month). the Work Under This Contract Shall Be Performed Remotely During Normal Working Hours At The Contractor’s Site. However, Due To Bureau Production Schedules, It May Be Necessary To Schedule Some Work / Activities During (off Peak Times, To Minimalize Down-time To Jira/confluence Production Servers). These Times May Occur On A Weekend Or Late Or Early In The Day. 3. Special Security And Clearance Requirements: all Contractor Personnel Shall Have Personnel Security Clearances Commensurate With The Highest Level Of Information Processed By The System(s) They Use. The Provisions Of The Current Department Of Justice Order Doj 2610.xx, Bureau Of Prisons Computer Security Program Statement 1237.13, And The Bureau Of Prisons' Human Resource Management Manual 3000.02d Shall Be Followed In Determining Appropriate Security Clearance Levels And Contractor Activities. to Avoid Delays, It Is Essential That The Contractor Coordinate, In A Timely Manner, Any Required Security Clearance Processing And Documentation With The Contracting Officer’s Representative (cor). 4. Government Vs. Contractor Furnished Property: all Computer Workstations And Software Update Materials Required By The Contractor During The Performance Of The Work Shall Be Furnished By The Government. 5. Special Personnel Requirements: sufficient Contractor Staff With The Experience, Skills, And Abilities To Accomplish The Objectives And Specific Tasks Are Required. The Special Skills And Application Expertise Shown Below Are Required: jira Service Management And Confluence Data Center (administration) deviniti Plugins deviniti “dynamic Forms” • Expertise In Using Deviniti Dynamic Forms Understanding How To Create Conditional Logic Within Forms, Integrating Forms Into Jira Workflows, And Ensuring That The Dynamic Forms Improve Both User Experience And Process Efficiency. This Includes Configuring Forms To Adapt Based On User Input, Role, Or Other Criteria, Which Ultimately Enhances The Overall Functionality Of Jira Service Management. deviniti “queues” For Jira Service Management • Expertise In Using Deviniti Queues To Enhance Queue Management Capabilities In Jira Service Management. Working Knowledge To Provide Advanced Queue Configuration Options, Customized Layouts And Enhanced Filtering Features To Assist Teams Streamline Their Ticket Management Processes. deviniti “issue Templates” For Jira • Designing Templates That Automatically Populate Fields Like Requester Details, Department, And Service Type. • Configuring Deviniti Issue Templates To Trigger Jira Automation Rules, Such As Auto-assigning Issues To The Appropriate Team Or Agent Based On The Selected Template. • Setting Up Automated Responses Or Status Updates When A Specific Template Is Used, Improving Communication And Transparency. • Linking Templates To Specific Workflows, Ensuring That Each Type Of Request Follows The Appropriate Process. deviniti “extension” For Jira Service Desk • Expertise With “extension” For Jira Service Desk, Creating Dynamic And Flexible Request Forms With Conditional Fields. Which Enables The Form To Adapt Based On User Input, Making It Easier For Customers To Fill Out Requests Accurately. appfire Plugins appfire Surveys For Jira • Familiarity Working With Surveys For Jira Integrating Appfire's "survey For Jira" App To Automatically Trigger A Csat Survey After Ticket Closure, Collecting Ratings And Comments, And Creating Dashboards To Analyze Trends Over Time. 4 | P A G E • Setting Up Appfire Surveys For Internal It Support Tickets To Gauge Employee Satisfaction, Analyzing Feedback To Improve Internal Processes, And Integrating Survey Results With Other Jira Reports. appfire Jsu Automaton Suite • Create And Modify Rules: Expertise In The Configuration Of Automation Rules. Ability To Create And Modify Rules, Setting Up New Automation Rules Using Jsu (jira Suite Utilities) To Meet The Specific Needs Of Your Organization. This May Include Rules For Ticket Assignment, Escalation, Notifications, And Other Workflow Automation. • Testing And Validation: Before Deploying Automation Rules To Production, Ensure They Are Tested Thoroughly In A Staging Environment. This Includes Verifying That Rules Trigger As Expected And Do Not Interfere With Other Processes. • Rule Optimization: Continuously Review And Optimize Existing Automation Rules To Improve Efficiency, Reduce Processing Time, And Ensure They Are Aligned With Current Business Processes. appfire Jira Misc Workflow Extensions (jmwe) • Creating And Modifying Workflows: Use Jmwe To Create And Update Workflows That Align With Business Processes. • Implementing Post-functions: Add And Configure Post-functions Using Jmwe, Such As Auto-assigning Issues, Sending Notifications, Or Updating Fields Based On Conditions. • Setting Up Conditions And Validators: Define Conditions That Control The Availability Of Transitions, And Validators That Ensure Data Integrity Before Transitions. • Custom Scripting: Write Groovy Scripts For More Complex Post-functions, Conditions, And Validators. • Testing And Debugging: Test Scripts In A Staging Environment Before Deploying Them Live. Debug Issues That Arise During Workflow Execution. • Workflow Troubleshooting: Investigate And Resolve Issues Related To Workflow Execution, Such As Incorrect Post-function Results Or Transition Errors. • Training And Documentation: Create Training Materials And Documentation To Help Users And Other Administrators Understand How To Use Jmwe Effectively. • Workflow Troubleshooting: Investigate And Resolve Issues Related To Workflow Execution, Such As Incorrect Post-function Results Or Transition Errors. • Log Analysis: Analyze Logs To Identify The Root Cause Of Workflow Issues, Particularly Those Involving Custom Scripts Or Complex Configurations. • Plugin Updates: Keep Jmwe Up To Date By Installing New Versions And Ensuring Compatibility With The Current Version Of Jira. • Jira Upgrades: Ensure Jmwe Workflows And Scripts Remain Compatible After Jira Or Jsm Upgrades, Testing Thoroughly In A Staging Environment Before Going Live. adaptavist Plugins scriptrunner For Jira • Custom Workflow Conditions And Validators: Expertise Writing Groovy Scripts That Evaluate Specific Fields Or Issue Relationships, Integrating With Jira's Api To Fetch And Manipulate Data, And Applying These Scripts As Workflow Validators Or Conditions. • Automated Issue Management: Expertise Developing Automation Rules Using Scriptrunner's Built-in Features And Custom Groovy Scripts To Schedule Tasks, Update Issue Fields, Or Trigger Events Based On Specific Criteria. • Dynamic Field Behaviors: Expertise Writing Scripts To Control Field Visibility And Behavior Dynamically, Ensuring That Forms Adapt In Real-time As Users Interact With Them. • Custom Jql Functions: Expertise Extending Jira’s Jql Capabilities With Scriptrunner To Write Custom Functions In Groovy That Enable More Nuanced And Powerful Searches. • Integration With External Systems: Expertise Writing Groovy Scripts To Interact With Rest Apis, Handle Authentication, And Process Responses To Ensure Smooth Integration With Other Tools And Systems. • Custom Listener Scripts And Jobs: Expertise Developing Event Listeners And Jobs In Scriptrunner That Respond To Jira Events Like Issue Creation, Updates, Or Transitions, And Performing Automated Actions Based On Those Events. • Advanced Reporting: Expertise Writing Groovy Scripts To Extract, Process, And Display Data In Custom Formats, Leveraging Scriptrunner’s Reporting Capabilities To Create Dashboards Or Exportable Reports. • Enhanced Security And Compliance: Expertise Writing Scripts That Enforce Organizational Policies, Such As Ensuring That Certain Types Of Data Are Only Accessible To Authorized Users, And Auditing Actions Taken Within Jira. jira Insight Asset Management (for Jira Service Management) the Contractor Shall Provide Support And Have Advanced Working Knowledge And Be Proficient In The Following Areas Of Jira Insight Asset Management. • Schema Setup: As An Admin, You'll Need To Create And Configure Schemas Based On Your Organization’s Needs. This Involves Defining Object Types, Attributes, And Their Relationships. • Importing Data: You May Need To Import Asset Data From External Sources, Such As Csv Files Or Third-party Systems, Into Insight Schemas. • Automation Rules: Set Up Automation Rules To Handle Routine Tasks Like Updating Object Statuses, Sending Notifications, Or Creating Tickets Based On Changes To Objects. • Integration With Jira Issues: Link Insight Objects To Jira Issues (like Incidents, Problems, Or Service Requests) To Track Asset Usage And History. • Reporting And Dashboards: Create Custom Reports And Dashboards To Visualize Asset Data And Monitor The Health And Performance Of Your Assets. 6 | P A G E jira Roles And Permissions / Issue Security (for Jira Service Management) the Contractor Shall Provide Support And Have Advanced Working Knowledge And Be Proficient In The Following Areas Of Managing Jira Roles/permissions And Issue Security. • Role Configuration: Define And Manage Jira Roles Such As Administrators, Project Leads, Developers, And Service Desk Agents. Assign Appropriate Roles To Users And Groups Within Jira Projects To Control Access Levels. Customize Role Permissions To Align With The Specific Needs Of Different Teams Or Departments. • Permission Schemes: Create And Manage Permission Schemes To Define What Users With Specific Roles Can Do Within A Project (e.g., Create Issues, Edit Issues, Add Comments). Apply Permission Schemes Across Multiple Projects For Consistency In Access Control. Regularly Audit Permission Schemes To Ensure They Reflect The Current Organizational Structure And Security Requirements. • Access Controls: Implement And Manage Global Permissions, Such As Jira System Administrators, To Restrict High-level Access To Only Authorized Personnel. Use Project Roles To Control Access At The Project Level, Ensuring Users Only Have Access To The Projects They Are Involved In. • Managing Issue Security: Create And Manage Issue Security Schemes To Control Visibility Of Specific Issues Within A Project. Define Security Levels Within These Schemes To Restrict Issue Access To Certain Users, Groups, Or Roles. Assign Issue Security Levels To Issues Based On Their Sensitivity (e.g., Internal-only, Confidential). • Customizing Issue Security Levels: Customize Issue Security Levels To Meet Specific Project Needs (e.g., Separating Internal It Tickets From General Service Requests). Set Default Issue Security Levels To Ensure Sensitive Issues Are Automatically Restricted Upon Creation. • Integration With Ldap/sso: Integrate Jira With Ldap Or Single Sign-on (sso) Solutions For Centralized User Management And Authentication. Manage Role And Permission Mapping Between Jira And External Directory Services. • Automating Permission Management: Implement Automation Rules Or Scripts To Dynamically Assign Roles And Permissions Based On User Actions Or Issue Status. Use Jira Automation Or Plugins To Automatically Change Issue Security Levels Based On Specific Triggers Or Conditions. • Handling Permissions For Custom Workflows: Design And Implement Custom Workflows With Specific Transition Conditions That Control Who Can Perform Certain Actions. Ensure That Workflow Conditions And Validators Respect The Permission Scheme And Issue Security Settings. 7 | P A G E confluence Data Center the Contractor Shall Provide Support And Have Advanced Working Knowledge And Be Proficient In The Following Areas Of Managing Confluence Data Center Administrative Responsibilities. installation And Configuration • Server Setup: Proficient In Installing And Configuring Confluence Data Center Across Multiple Nodes, Ensuring Proper Load Balancing And High Availability. • Cluster Configuration: Experience With Setting Up And Managing A Confluence Data Center Cluster, Including Configuring Shared File Systems, External Databases, And Other Infrastructure Components. • Reverse Proxy Configuration: Expertise In Setting Up Reverse Proxies (e.g., Apache, Nginx) For Confluence To Handle Ssl Termination, Caching, And Request Routing. performance Optimization • Indexing Management: Managing Confluence’s Indexing Process, Optimizing For Performance, And Troubleshooting Indexing Issues. • Scaling: Experience In Scaling Confluence Data Center, Adding/removing Nodes, And Optimizing Resource Allocation To Handle Increased Load. security Management • Sso Integration: Setting Up And Managing Single Sign-on (sso) Solutions Like Saml, Oauth, Or Ldap Integration For Secure User Authentication. • Security Auditing: Conducting Security Audits, Ensuring Compliance With Security Policies, And Implementing Necessary Patches Or Configurations To Mitigate Vulnerabilities. • Permission Management: Expertise In Configuring And Managing Complex Permission Schemes, Ensuring That Access Control Aligns With Organizational Requirements. disaster Recovery And Backup • Backup Strategies: Designing And Implementing Robust Backup Strategies, Including Scheduled Backups, Snapshots, And Offsite Storage. • Disaster Recovery Planning: Developing And Testing Disaster Recovery Plans, Ensuring Minimal Downtime In Case Of A Catastrophic Failure. plugin And App Management • App Installation And Configuration: Experience In Installing, Configuring, And Managing Third-party Apps Or Plugins, Ensuring Compatibility And Performance Within The Confluence Environment. 8 | P A G E • Custom Development: Ability To Develop Custom Scripts To Extend Confluence’s Functionality Based On Organizational Needs. user Support And Training • Technical Support: Providing Advanced Technical Support To Resolve Complex Issues Related To Confluence Data Center, Including Performance Issues, Bugs, And User Errors. • Documentation: Expertise In Creating And Maintaining Detailed Documentation On Confluence Configuration, Processes, And Best Practices For Both Technical And Non-technical Users. migration And Upgrades • Version Upgrades: Experience In Planning And Executing Confluence Data Center Upgrades, Including Testing New Versions, Ensuring Compatibility With Existing Plugins, And Minimizing Downtime. • Data Migration: Expertise In Migrating Data From Other Platforms (e.g., Confluence Server, Sharepoint) To Confluence Data Center, Ensuring Data Integrity And Minimal Disruption. 6. Deliverables: 1. Regular System Maintenance And Updates. 2. User Support And Training Materials. 3. Customized Workflows And Configurations. 4. Integration And Automation Solutions/documentation. 5. Security And Compliance Solutions/documentation. 6. Reports And Dashboards For Performance Monitoring. 7. Incident And Problem Resolution Documentation. 7. Timeline: • The Remote Administration Services Will Be Provided On An Ongoing Basis, With Regular Reviews And Updates To Ensure Continuous Improvement And Alignment With The Organization’s Needs. 8. Evaluation Metrics: • User Satisfaction And Feedback. • System Uptime And Performance Metrics. • Number And Resolution Time Of Support Tickets. • Effectiveness Of Integrations And Automations. • Compliance With Security And Regulatory Requirements. • Quality And Relevance Of Reports And Analytics. 9. Conclusion: This Statement Of Objectives Outlines The Key Requirements And Deliverables For Remote Administration Of The Jira Service Desk And Confluence Data Center Platforms. By Adhering To These Objectives, The Service Provider Will Ensure The Platform Is Effectively Managed And Optimized To Support The Organization’s Service Management. please See The Attached Statement Of Objectives For A Cleaner Reading Version Of The Information Above.

DEFENSE LOGISTICS AGENCY USA Tender

Energy, Oil and Gas
Corrigendum : Closing Date Modified
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6 Of The Federal Acquisition Regulations (far), As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. this Solicitation, Spe60525q0256, Is Issued As A Request For Quotation (rfq) For Commercial Items Using The Simplified Acquisition Procedures (sap) In Accordance With Far Parts 12 And 13. The Contract Resulting From This Procurement Will Be A Firm Fixed Price Contract. This Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 Dated 17 Jan 2025. Dpas Rating For Potential Award Is Do. The Clauses And Provisions Referenced In This Solicitation May Be Reviewed/obtained In Full Text Form At: https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ this Opportunity Is Issued As 100% Small Business Set-aside Under Naics Code 324110. scope Of Contract: clin 0001 – The Contractor Shall Provide, Under Line Item 0001: 11,500 Usg Of Diesel Fuel (ds2, Clear Diesel) (nsn: 9140-015240139) delivered By Tank Truck W/ Pump And Meter to: 1 Satellite Tracking Station Rd Waianae Hi 96792 required Delivery Date: February 17, 2025 – February 28, 2025 delivery Will Be F.o.b. Destination. no. Of Tanks Capacity Type Tank Location 2 20000 Below Ground Tank Loc East Of Building 39 [gps 21.56913, -158.26142] delivery Hours: 0700 - 1400 Monday-friday See Delivery Notes delivery Notes: Special Access Required. Vendor Required To Contact The Delivery Poc 24 Business Hours before Delivery. Driver And Truck Details Need To Be Provided At That Time. additional Information Needs To Be Added To A delivery Receipt To Comply To Local Government Regulations As It Relates To Fuel Certification When delivering To A Diesel Engine Generator. Add The Following Additional Information Onto A Delivery ticket (if Not Already Stating); It Can Be Hand Written Or Printed. Please Note That If Requested supporting Documentation About The Figures Illustrated Can Be Requested At Any Time. Fuel Type Sulfur content (percent By Weight) Minimum Cetane Index (or Maximum Aromatic Content) Delivery Date Amount Of Fuel (in Gallons). recommend 50’ To 75’ Of Hose To Allow For Flexibility With Vehicle Positioning For Off-loading. the Fill Port Is A Camlock Connection (4”) ***clear Diesel Fuel Only -- No Dyes*** escort Is Required And Will Be Coordinated By Poc. Preferred Delivery Window: M-f / 0700 Hrs To 1500 Hrs. delivery Ticket Notes: Metered Delivery Ticket Required. vendors Are Responsible For Ensuring All Applicable Taxes And Fees Are Included In Their Quoted Prices. dla Energy May Require A Vendor To Sign The Sf1449 Prior To Being Awarded This Delivery. This Will Be Sent By Email And May Have A Response Window Of As Little As Two (2) Hours. Upon Request, The Vendor Must Return The Signed Sf1449 By The Deadline Specified. If This Is Not Returned By The Specified Deadline, Dla Energy Reserves The Right To Offer This Delivery To A Different Vendor. quotations Are Due Nlt 10:00pm Eastern Daylight Time (edt) Fort Belvoir, Va Local Time, Wednesday, 12 February 2025. send Questions To The Contract Specialist, Hannah Savine, By Email To Hannah.r.savine@dla.mil. Email Quotations To The Contract Specialist And Dlaenergyfepab@dla.mil No Later Than Rfq Due Date/time. electronic Funds Transfer As A Means Of Payment Will Be Made Upon Receipt And Acceptance Of All Products Through Wide Area Work Flow (wawf). far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023) Applies To This Acquisition. far 52.212-2 Evaluation—commercial Product And Commercial Service (nov 2021) (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: factor 1: Price factor 2: Past Performance 1. Factor 1: Price – Prices Will Be Evaluated For Fairness And Reasonableness. Pricing That Poses A Risk To The Government May Result In Rejection Of The Quote. price Reasonableness Will Be Determined By Comparing The Prices Received Among Responsive And Responsible Offerors And Against Historical Prices Paid For Similar Items Or Services. The Government May Also Use Other Price Analysis Techniques Deemed Appropriate To Validate The Fairness And Reasonableness Of The Offered Prices. offerors Are Reminded That The Quoted Price Shall Include All Costs Associated With Performance Of The Work – i. All Administrative Or Overhead Costs ii. All Transportation Charges From The Shipping Point Of The Supplier To The Delivery Destination iii. All Applicable Taxes, Fees, And Duties, Except Taxes And Duties That The Government Of The United States Are Not Exempt basis For Award: The Contract Will Be Awarded To The Lowest Priced, Responsible Quotation From A Responsible Vendor. 2. Factor 2: Past Performance – The Government Will Review Past Performance Using The Supplier Performance Risk System (sprs) To Assess The Offeror’s Ability To Perform On Similar Contracts. A Satisfactory Score Will Be Required To Ensure Reliability. provision/clauses Incorporated By Reference: far 52.223-3 Hazardous Material Identification And Material Safety Data (feb 2021) far 52.246-2 Inspection Of Supplies—fixed-price (aug 1996) dfars 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022) dfars 252.204-7004 Antiterrorism Awareness Training For Contractors (jan 2023) dfars 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024) (deviation 2024-o0013, Revision 1) dfars 252.232-7010 Levies On Contract Payments (dec 2006) dfars 252.246-7000 (reserved) dfars 252.204-7019 Notice Of Nistsp 800-171 Dod Assessment Requirements far 52.212-4, Contract Terms And Conditions Commercial Items Applies To This Acquisition. far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Items Applies To This Acquisition. In Paragraph (b) Of Far 52.212-5, The Following Apply: Far52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-13, And 52.232-34. the Following Additional Clauses Apply To This Acquisition: Far 52.204-7, 52.204-13, 52.204-18, 52.204-‑21, 52.211-16 With A 10% Variance Above Or Below, 52.211-‑17, And 52.247-34. Defense Federal Acquisition Regulation Supplement (dfars) 252.203-7000, 252.204-7015, 252.225-7012, 252.225-‑7021, 252.229-7000, 252.229-7001, 252.232-7003, 252.232-7006, 252.233-7001, And 252.247-7023. Energy Quality Assurance Provision C16.69-11 Diesel Fuel (ds2) Also Applies. (see Attached) dfars 252.204-7024notice On The Use Of The Supplier Performance Risk System. notice On The Use Of The Supplier Performance Risk System (mar 2023) (a)definitions.as Used In This Provision— “item Risk” Means The Probability That A Product, Based On Intended Use, Will Introduce Performance Risk Resulting In Safety Issues, Mission Degradation, Or Monetary Loss. “price Risk” Means A Measure Of Whether A Proposed Price For A Product Or Service Is Consistent With Historical Prices Paid For That Item Or Service. “supplier Risk” Means The Probability That An Award May Subject The Procurement To The Risk Of Unsuccessful Performance Or To Supply Chain Risk (see Defense Federal Acquisition Regulation Supplement239.7301). (b)the Supplier Performance Risk System (sprs), Available Athttps://piee.eb.mil/, Will Be Used In The Evaluation Of The Quoter Or Offeror’s Performance. Sprs Retrieves Item, Price, Quality, Delivery, And Contractor Information On Contracts From Government Reporting Systems In Order To Develop Risk Assessments. (c)the Contracting Officer Will Consider Sprs Risk Assessments During The Evaluation Of Quotations Or Offers Received In Response To This Solicitation As Follows: (1)item Risk Will Be Considered To Determine Whether The Procurement Represents A High Performance Risk To The Government. (2)price Risk Will Be Considered In Determining If A Proposed Price Is Consistent With Historical Prices Paid For A Product Or A Service Or Otherwise Creates A Risk To The Government. (3)supplier Risk, Including But Not Limited To Quality And Delivery, Will Be Considered To Assess The Risk Of Unsuccessful Performance And Supply Chain Risk. (d)sprs Risk Assessments Are Generated Daily. Quoters Or Offerors Are Able To Access Their Risk Assessments By Following The Access Instructions In The Sprs User's Guide Available Athttps://www.sprs.csd.disa.mil/reference.htm. Quoters And Offerors Are Granted Access To Sprs For Their Own Risk Assessment Classifications Only. Sprs Reporting Procedures And Risk Assessment Methodology Are Detailed In The Sprs User's Guide. The Method To Challenge A Rating Generated By Sprs Is Also Provided In The User's Guide. Sprs Evaluation Criteria Are Available Athttps://www.sprs.csd.disa.mil/pdf/sprs_dataevaluationcriteria.pdf. (e)the Contracting Officer May Consider Any Other Available And Relevant Information When Evaluating A Quotation Or An Offer. (end Of Provision) far 52.204–27 Prohibition On A Bytedance Covered Application (june 2023) (a) Definitions. as Used In This Clause— covered Application Means The Social Networking Service Tiktok Or Any Successor Application Or Service Developed Or Provided By Bytedance Limited Or An Entity Owned By Bytedance Limited. information Technology, As Defined In 40 U.s.c. 11101(6)— (1) Means Any Equipment Or Interconnected System Or Subsystem Of Equipment, Used In The Automatic Acquisition, Storage, Analysis, Evaluation, Manipulation, Management, Movement, Control, Display, Switching, Interchange, Transmission, Or Reception Of Data Or Information By The Executive Agency, If The Equipment Is Used By The Executive Agency Directly Or Is Used By A Contractor Under A Contract With The Executive Agency That Requires The Use— (i) Of That Equipment; Or (ii) Of That Equipment To A Significant Extent In The Performance Of A Service Or The Furnishing Of A Product; (2) Includes Computers, Ancillary Equipment (including Imaging Peripherals, Input, Output, And Storage Devices Necessary For Security And Surveillance), Peripheral Equipment Designed To Be Controlled By The Central Processing Unit Of A Computer, Software, Firmware And Similar Procedures, Services (including Support Services), And Related Resources; But (3) Does Not Include Any Equipment Acquired By A Federal Contractor Incidental To A Federal Contract. (b) Prohibition. Section 102 Of Division R Of The Consolidated Appropriations Act, 2023 (pub. L. 117–328), The No Tiktok On Government Devices Act, And Its Implementing Guidance Under Office Of Management And Budget (omb) Memorandum M–23–13, Dated February 27, 2023, “no Tiktok On Government Devices” Implementation Guidance, Collectively Prohibit The Presence Or Use Of A Covered Application On Executive Agency Information Technology, Including Certain Equipment Used By Federal Contractors. The Contractor Is Prohibited From Having Or Using A Covered Application On Any Information Technology Owned Or Managed By The Government, Or On Any Information Technology Used Or Provided By The Contractor Under This Contract, Including Equipment Provided By The Contractor's Employees; However, This Prohibition Does Not Apply If The Contracting Officer Provides Written Notification To The Contractor That An Exception Has Been Granted In Accordance With Omb Memorandum M–23–13. (c) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (c), In All Subcontracts, Including Subcontracts For The Acquisition Of Commercial Products Or Commercial Services. (end Of Clause) dlad 4.703policy. (a) Contracting Officers Shall Include Procurement Note C03 In Solicitations And Awards. ***** c03 Contractor Retention Of Supply Chain Traceability Documentation (jun 2020) (1) By Submitting A Quotation Or Offer, The Contractor, If It Is Not The Manufacturer Of The Item, Is Confirming It Currently Has, Or Will Obtain Before Delivery, And Shall Retain Documented Evidence (supply Chain Traceability Documentation), As Described In Paragraph (2) Of This Procurement Note, Demonstrating The Item Is From The Approved Manufacturer And Conforms To The Technical Requirements. (2) At A Minimum, The Supply Chain Traceability Documentation For The Item Shall Include: Basic Item Description, Part Number And/or National Stock Number, Manufacturing Source, Manufacturing Source’s Commercial And Government Entity (cage) Code, And Clear Identification Of The Name And Location Of All Supply Chain Intermediaries Between The Manufacturer To The Contractor To Item(s) Acceptance By The Government. The Documentation Should Also Include, If Available, The Manufacturer's Batch Identification For The Item(s), Such As Date Codes, Lot Codes, Or Serial Numbers. (3) Contractors Can Find Examples Of Acceptable Supply Chain Traceability Documentation At Thecounterfeit Detection And Avoidance Program (cdap) Website (http://www.dla.mil/landandmaritime/business/selling/counterfeit-detection-avoidance-program/ ). (4) The Contractor Shall Immediately Make Documentation Available To The Contracting Officer Upon Request. The Contracting Officer Determines The Acceptability And Sufficiency Of Documentation. The Contractor Shall Retain Supply Chain Traceability Documentation For Six Years After Final Payment Under This Contract For Audit And Other Valid Government Purposes. If The Contractor Fails To Retain Or Provide The Documentation, Or The Contracting Officer Finds The Documentation To Be Unacceptable, The Contracting Officer May Take Corrective Action, Including, But Not Limited To, Cancellation Of Undelivered Orders Or Rejection Of Delivered Supplies. dfars 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights. requirement To Inform Employees Of Whistleblower Rights (dec 2022) (a) The Contractor Shall Inform Its Employees In Writing, In The Predominant Native Language Of The Workforce, Of Contractor Employee Whistleblower Rights And Protections Under 10 U.s.c. 4701, As Described In Subpart 203.9 Of The Defense Federal Acquisition Regulation Supplement. (b) The Contractor Shall Include The Substance Of This Clause, Including This Paragraph (b), In All Subcontracts. ---------------------------------------------------------------------------------------------------------------------- this Contract Includes Far 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) And Supplement Far Provision 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021), And Dfars Provision 252.204-7016, Covered Defense Telecommunications Equipment Or Services—representation (dec 2019), As Follows: - The Contractor Represents And Agrees To The Following Conditions By Performance Against This Contract, Including Performance Of A Task Or Delivery Order That It: (1) Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument In Accordance With Far 52.204-24(d)(1)); (2) Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services In Accordance With Far 52.204-24(d)(2); And (3) Does Not Provide Covered Defense Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument In Accordance With Dfars 252.204-7016(c). [these Representations Replace The Manual Block Checks In Far 52.204-24(d)(1) ([ ] Will Not) And (d)(2) ([ ] Does Not) And Dfars 252.204-7016(c) ([ ] Does Not).] if The Contractor Determines That Any Of These Representations Are No Longer Accurate Or Is Not Accurate With Respect To A Particular Task Or Delivery Order, It Shall Immediately Notify The Contracting Officer In Writing. dfars 252.239-7098 Prohibition On Contracting To Maintain Or Establish A Computer Network Unless Such Network Is Designed To Block Access To Certain Websites—representation. include The Following Provision In All Solicitations, Including Solicitations For The Acquisition Of Commercial Items Under Far Part 12, That Will Use Funds Made Available By The Consolidated Appropriations Act, 2021 (pub. L. 116-260), Or Any Other Act That Extends To Fiscal Year 2021 Funds The Same Prohibitions As Contained In Section 8116, Division C, Title Viii, Of The Consolidated Appropriations Act, 2021 (pub. L. 116-260). prohibition On Contracting To Maintain Or Establish A Computer Network Unless Such Network Is Designed To Block Access To Certain Websites—representation (deviation 2021-o0003) (april 2021) (a) In Accordance With Section 8116 Of Division C Of The Consolidated Appropriations Act, 2021 (pub. L. 116-260), Or Any Other Act That Extends To Fiscal Year 2021 Funds The Same Prohibitions, None Of The Funds Appropriated (or Otherwise Made Available) By This Or Any Other Act For Dod May Be Used To Enter Into A Contract To Maintain Or Establish A Computer Network Unless Such Network Is Designed To Block Access To Pornography Websites. This Prohibition Does Not Limit The Use Of Funds Necessary For Any Federal, State, Tribal, Or Local Law Enforcement Agency Or Any Other Entity Carrying Out Criminal Investigations, Prosecution, Or Adjudication Activities, Or For Any Activity Necessary For The National Defense, Including Intelligence Activities. (b) Representation. By Submission Of Its Offer, The Offeror Represents That It Is Not Providing As Part Of Its Offer A Proposal To Maintain Or Establish A Computer Network Unless Such Network Is Designed To Block Access To Pornography Websites. (end Of Provision)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Chemical Products
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents 
Details: Request For Quote (rfq) #: 36c25925q0212 neptune 3 Rover 2pm Prevent Procare Sem this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. The Government Reserves The Right To Make No Award From This Solicitation. * The Deadline For All Questions Is 4:00pm Mt, 02/18/2025 all Questions Must Be Submitted In Writing No Later Than The Question Cut-off Date Marked Above. All Questions Will Be Answered Officially Through An Amendment To The Solicitation. ** Quotes Are To Be Provided To Thaddeus.gray@va.gov No Later Than 4:00pm Mt, 02/20/2025. quotes Shall Not Be Hand Carried. Faxed Quotes Shall Not Be Accepted. Emailed Quotes Are The Only Method Of Submitted Quotes (4mb Email Limit). The Government Reserves The Right To Make Award Solely On Initial Quotes Received. Offerors Bear The Burden Of Ensuring That All Portions Of The Offer (and Any Authorized Amendments) Reach The Designated Office Before The Deadline Specified In The Solicitation. This Rfq Shall Be Completed In Its Entirety, And Signed And Dated, Failure Shall Not Be Considered For Award. this Is A Request For Quote (rfq) And The Solicitation Number Is 36c25925q0212. The Government Anticipates Awarding A Firm-fixed Price Contract Resulting From This Solicitation. this Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-04 Effective January 17, 2025. the North American Industrial Classification System (naics) Code For This Procurement Is 811210 With A Small Business Size Standard Of $34.0 Mil. This Solicitation Is Unrestricted. list Of Line Items; line Item description quantity unit Of Measure unit Price total Price 0001 0703-001-00w: Neptune 3 Rover 2pm Prevent Procare +sem 6 ea 0002 0702-014-000w: Neptune 2 Docker 2pm Prevent Procare 2 ea 1001 oy1 - 0703-001-00w: Neptune 3 Rover 2pm Prevent Procare +sem 6 ea 1002 oy1 - 0702-014-000w: Neptune 2 Docker 2pm Prevent Procare 2 ea 2001 oy2 - 0703-001-00w: Neptune 3 Rover 2pm Prevent Procare +sem 6 ea 2002 oy2 - 0702-014-000w: Neptune 2 Docker 2pm Prevent Procare 2 ea 3001 oy3 - 0703-001-00w: Neptune 3 Rover 2pm Prevent Procare +sem 6 ea 3002 oy3 - 0702-014-000w: Neptune 2 Docker 2pm Prevent Procare 2 ea 4001 oy4 - 0703-001-00w: Neptune 3 Rover 2pm Prevent Procare +sem 6 ea 4002 oy4 - 0702-014-000w: Neptune 2 Docker 2pm Prevent Procare 2 ea grand Total $ description Of Requirements For The Items To Be Acquired; See Attached Statement Of Work. Period Of Performance Has A One-year Base Period Estimated To Be 02-25-2025 To 02-24-2026 With Four (4) One-year Option Periods delivery And Acceptance Is To Be F.o.b Destination (far 52.247-34) At The Veterans Affairs Medical Center, Located At Rocky Mountain Regional Va Medical Center, 1700 N Wheeling Street, Aurora, Co 80045 52.212-1, Instructions To Offerors--commercial Items Applies To This Acquisition addendum To Far 52.212-1 Instructions To Offerors Commercial gray Market Items Are Original Equipment Manufacturer S (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e. Replacement Parts) For Va Medical Centers.â  No Remanufactures Or Gray Market Items Will Be Acceptable. offeror Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e. Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem.â  All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions. the Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract.â  Accordingly, The Va Reserves The Right Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Medical Facility Upon Discovery Of Such Items. any Award Made As A Result Of This Solicitation Will Be Made On An All Or Nothing Basis. state If Quoted Items Are Available And Priced Through Offerors Existing Government-wide Acquisition Contract (gwac), Gsa Multiple Award Schedule (mas) Contract, Or Va-wide Acquisition Contract. if The Acquisition Is Set-aside For Sdvosbs/vosbs, Their Socioeconomic Status Must Be Vip Verified And Visible In The Va Vendor Information Pages (vip): Https://www.vip.vetbiz.gov/ At The Time Of Quote Submission And Award, Or Will Be Considered Non-responsive, And Will Not Be Considered For Award. offerors Are Warned Against Contacting Any Va Personnel Other Than The Contracting Officer And Contract Specialist Prior To Placement Of Any Award Made Resulting From This Rfq. If Such Contact Occurs And Found To Be Prejudicial To Competing Contactors, The Offeror Making Such Contact May Be Excluded From Award Considerations. all Proprietary Information Shall Be Clearly And Properly Marked. If The Offeror Submits Annexes, Documentation, Attachments Or The Like, Not Specifically Required By This Solicitation, Such Will Count Against The Offeror S Page Limitations Unless Otherwise Indicated In The Specific Volume Instructions Below. all Information Shall Be Confined To The Appropriate File. The Offeror Shall Confine Submissions To Essential Matters, Sufficient To Define The Quote And Provide An Adequate Basis For Evaluation. Offerors Are Responsible For Including Sufficient Details, In A Concise Manner, To Permit A Complete And Accurate Evaluation Of Each Quote. submission Of Quote Shall Include The Following Volumes: (i) Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement; (ii) Delivery Lead Time; And (iii) Price volume I - Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement the Offeror Shall Submit Specifications, Cut Sheets, Or Brochures Confirming The Equal Products, Including Equal Products Of The Brand Name Manufacturer Submitted, Meets Or Exceeds The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation. The Product(s) Quoted Must Be Identified By Brand Name, If Any, And Make Or Model Number. volume X Delivery Lead Time The Offeror Shall State The Required Number Of Calendar Days To Deliver The Item, To Include Installation, If Applicable. volume Iii Price price - The Offeror Shall Complete The Pricing Schedule Provided In Section (v) Above: Price/cost Schedule. (end Of Addendum To 52.212-1) 52.212-2, Evaluation--commercial Items Applies To This Acquisition addendum To Far 52.212-2 Evaluation Commercial Items: the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government Considering Price And Other Factors. the Following Factors Shall Be Used To Evaluate Quotations: factor 1. Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement factor X Delivery Lead Time factor 3. Price evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2(b)(3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation, But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: factor 1. Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation. factor X Delivery Lead Time - The Government Will Evaluate Delivery Lead Time And Select The Quoter/offer Whose Delivery Lead Time Is Most Advantageous To The Government. The Government May Consider An Award To Other Than The Lowest Priced Quoter/offeror If It S In The Best Interest Of The Government. factor 3. Price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices, Including All Options. The Government May Use Various Price Analysis Techniques And Procedures To Make A Price Reasonableness Determination. Offers That Do Not Meet Or Exceed The Technical Capability Or Quality Of The Item Offered To The Government Requirement Shall Not Be Selected Regardless Of Price. options. The Government Will Evaluate Quotations For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. {contracting Officer Shall Insert The Following If The Solicitation Will Include Options That Are Exercisable Under Far 52.217-8} This Includes Options Under Far 52.217-8, Option To Extend Services, Which Applies To This Solicitation. Evaluation Of Options Under Far 52.217-8 Will Be Accomplished By Adding Six Months Of The Quoter's Price For The Last Potential Period Of Performance Under This Contract To The Quoter's Total Price.â  For Example, If The Contract Includes Option Periods That Are Exercisable Under Far 52.217-9, The Quoter's Total Price For The Purpose Of Evaluation Will Include The Base Period, All Option Periods, And An Additional Six Months Of The Last Option Period. Quoters Must Price Only The Base And Option Periods Specified In The Contract Line Item Numbers (clins),and Shall Not Submit A Price For The Potential Six-month Extension Of Services Under Far 52.217-8. The Government Reserves The Right To Exercise The Option Under Far 52.217-8 Before The End Of Any Of The Contractor's Performance Periods And Will Be Exercised At The Price And/or Rates In Effect At The Time The Clause Is Exercised. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (end Of Addendum To 52.212-2) 52.212-3, Offeror Representations And Certifications Commercial Items, Applies To This Acquisition. Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. Offerors Must Be Registered In Sam At Time Of Offer Submission. 52.212-4, Contract Terms And Conditions--commercial Items Applies To This Acquisition 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Items (jul 2020) Applies To This Acquisition far 52.212-5 Applies To This Acquisition With The Following Far Clauses Incorporated By Reference; far 52.204-10 reporting Executive Compensation & First-tier Subcontract Awards (jun 2020) far 52.204-16 commercial And Government Entity Code Reporting (aug 2020) far 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (oct 2020) far 52.209-6 protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (jun 2020) far 52.219-28 post Award Small Business Program Representation (nov 2020) far 52.219-33 nonmanufacturer Rule (mar 2020) far 52.222-3 convict Labor (jun 2003) far 52.222-19 child Labor Cooperation With Authorities And Remedies (jul 2020) far 52.222-21 prohibition Of Segregated Facilities (apr 2015) far 52.222-26 equal Opportunity (sep 2016) far 52.222-35 equal Opportunity For Veterans (jun 2020) far 52.222-36 equal Opportunity For Workers With Disabilities (jun 2020) far 52.222-37 employment Reports On Veterans (jun 2020) far 52.222-40 notification Of Employee Rights Under The National Labor Relations Act (dec 2010) far 52.222-50 combating Trafficking In Persons (oct 2020) far 52.223-18 encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) far 52.225-13 restrictions On Certain Foreign Purchases (jun 2008) far 52.232-33 payment By Electronic Funds Transfer System For Award Management (oct 2018) additional Contract Requirements Or Terms And Conditions: 52.217-8 Option To Extend Services (nov 1999) the Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 60 Days. 52.217-9 Option To Extend The Term Of The Contract (mar 2000) [use When Options Are Included] (a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within 60 Days; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 60 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed 5 Years And 6 Months. 852.212-70, Provisions And Clauses Applicable To Va Acquisition Of Commercial Items (apr 2020) vaar 852.203-70 commercial Advertising (may 2018) vaar 852.232-72 electronic Submission Of Payment Requests (nov 2018) vaar 852.233-70 protest Content/alternative Dispute Resolution (oct 2018) vaar 852.233-71 alternate Protest Procedure (oct 2018) vaar 852.246-71 rejected Goods (oct 2018) 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) the Following Provisions Or Clauses Incorporated By Reference In This Solicitation Must Be Completed By The Offeror Or Prospective Contractor And Submitted With The Quotation Or Offer. Copies Of These Provisions Or Clauses Are Available On The Internet At The Web Sites Provided In The Provision At Far 52.252-1, Solicitation Provisions Incorporated By Reference, Or The Clause At Far 52.252-2, Clauses Incorporated By Reference. Copies May Also Be Obtained From The Contracting Officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar the Following Far Provisions Are To Be Incorporated By Reference: far 52.204-7 system For Award Management (oct 2018) far 52.204-16 commercial And Government Entity Code Reporting (aug 2020) far 52.211-6 brand Name Or Equal (aug 1999) far 52.229-11 tax On Certain Foreign Procurements Notice And Representation (jun 2020) the Following Vaar Provisions Are To Be Incorporated By Reference: none the Following Far Clauses Are Incorporated By Reference: far 52.203-17 contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (jun 2020) far 52.204-13 system For Award Management Maintenance (oct 2018) far 52.204-18 commercial And Government Entity Code Maintenance (aug 2020) far 52.232-40 providing Accelerated Payments To Small Business Subcontractors (nov 2021) the Following Vaar Clauses Are To Be Incorporated By Reference: vaar 852.212-71 gray Market Items (apr 2020) the Defense Priorities And Allocations System (dpas) Does Not Apply. offers Are Due 02/20/2025@ 4:00pm Mst. All Questions/inquiries Must Be Submitted To The Contracting Officer Via Electronic Mail (e-mail) Not Later Than 02/18/2025 @ 4:00pm Mst. Inquiries Submitted Via Telephone Calls Will Be Re-directed To An E-mail Submission. submit Offers Or Any Questions To The Attention Of Thaddeus Gray Via Email To: Thaddeus.gray@va.gov

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n743.49|wve|7176052147|benjamin.t.spangler.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|n39040 - Certifications, S4306a - Material |n50286|tbd|136|n/a|n/a|n39040 - Certifications |n/a|n /a|see Dd Form 1423 |port_ptnh_wawf_notification@navy.mil Benjamin.t.spangler.civ@us.navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| warranty Of Data--basic (mar 2014)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| 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 (may 2024)|13|333996|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x|| 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2. Portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference Ton00102 Within This Order Should Be Updated To N50286. 3. The Following Proposed Delivery Schedule Applies: submission Of Certification Data Cdrls Will Be On Or Before 20 Days Prior To Scheduled Delivery. Pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt Of Certification Dd 1423 Cdrls. Final Delivery Of Material Will Be On Or Before 365 Days After Effective Date Of The Resulting Contract. 4. Any Contract Awarded As A Result Of This Solicitation Will Be "dx" Rated Order; "dx" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). 5. This Requirement Requires Access To Classified Drawings. These Drawings Are Not Required To Submit A Quote, However, In The Event Of An Award, A Facility Clearance May Be Required In Accordance With Far 52.204-2. \ 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 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 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 Identification Of Classified Documents - This Contract/purchase Order Requires The Contractor To Have Authorized Access To Classified Documents In Accordance With The Attached Contract Security Classification Specification (dd Form 254). The Classified Documents And Security Level Are: ;eb-2534 - Confidential; 2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.3 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. 2.3.1 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order. drawing No Cage Rev Distr Cd ;pl-11230-f-18 88032 G B 12028-f-18 88032 - B 10750-c-18 88032 B 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 B369 | | | |200401|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-std-2035 | | |a |950515|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-c-24679 | | | |880506|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=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;the Outer Casing Cover Assembly Must Be In Accordance With Ingersoll Rand Drawing Pl-11230-f-18, Item 490a, 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 - ;cover, Item 394 On Drawing 12028-f-18; material - ;astm B369, Alloy C96400; part - ;nipple, Item 415 On Drawing 12028-f-18; material - ;mil-c-24679, Alloy C71500; 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 Is Still Required, But Certifications Are Only Required As Listed Below. test - Non-destructive Tests item - ;weld Repair (as Applicable); performance - Per Applicable Fabrication Specification acceptance - Per Applicable Fabrication Specification test - Proof Pressure Test item - Each Assembly performance - ;eb-2534 Paragraph 6.1(o)(7); acceptance - No Leakage Or Permanent Deformation For A Minimum Of ;30; Minutes test - Weldability Test Of Astm-b369 Material item - ;cover, Item 394 On Drawing 12028-f-18; performance - Astm-b369 acceptance - Astm-b369 test - ;dye Penetrant Inspection; item - ;cover, Item 394 On Drawing 12028-f-18 (excluding Radiographed Surfaces); performance - T9074-as-gib-010/271 acceptance - S9074-ar-gib-010a/278 test - 5x Visual Magnification Or Dye Penetrant Inspection (root Layer) item - Weldments performance - T9074-as-gib-010/271 acceptance - Mil-std-2035 test - Visual And Dye Penetrant Inspection (final Layer) item - Weldments performance - T9074-as-gib-010/271 acceptance - Mil-std-2035 3.4 Radiography Is Required On ;cover, Item 394 On Drawing 12028-f-18; . 3.5 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig. the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes. 3.6 Confidential Hydrostatic Test Pressures - When Test Pressures Are Confidential, Certification Must Reference ;eb-2534, Revision L; And The Item Number To Which The Item Was Tested In Lieu Of The Actual Pressures. Any Drawing Requirement To Mark The working Pressure On The Item Does Not Apply And Is Strictly Prohibited. 3.7 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.8 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. 3.8.1 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. 3.8.2 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. 3.8.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.9 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. Repair Welding Is Not Permitted On ;nipple, item 415 On Drawing 12028-f-18; . Procedures And Qualification Data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.10 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. 3.10.1 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. 3.10.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.10.3 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. 3.11 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. 3.12 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. 3.13 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. 3.13.1 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. ^ Quality Assurance Requirements ^ 3.14 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. 3.15 See Cdrls Di-misc-80875 (welding Procedures) And Di-misc-80876 (weld Procedure Qualification Data) - 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. 3.15.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.15.2 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.") 3.15.3 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. 3.15.4 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. 3.15.5 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. 3.15.6 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. 3.15.7 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. 3.15.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.15.9 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. 3.15.10 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. 3.15.11 See Cdrl Di-misc-80678 (consumed Weld Metal) - 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. 3.15.12 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. 3.16 Radiography (rt) - Radiography Must Be Performed In Accordance With T9074-as-gib-010/271. Rt Acceptable Criteria For Castings To Be Criticality Level I Per The Applicable Table Of S9074-ar-gib-010a/278. Rt Acceptance Criteria For Weldments To Be Per The applicable Table Of S9074-ar-gib-010a/278 (p-1 Piping) Or Mil-std-2035, Class 1, As Applicable. 3.16.1 See Cdrl Di-misc-80678 (rss) - The Contractor Or Activity Performing The Radiography Must Be Responsible For Preparing The Radiographic Shooting Sketches (rss) In Accordance With T9074-as-gib-010/271. Shooting Sketch Approval Is Not Required For radiography Of Weldments. The Radiographic Standard Shooting Sketches (rsss) Referenced On The Applicable Drawing May Be Used, However, Since T9074-as-gib-010/271 Permits A Variety Of Processes, The Rsss May Not Be Applicable As They Will Not Necessarily Depend only On The Coverage Requirements, But Also On The Equipment And Procedures Of The Particular Radiographic Facility. Approval Of These Shooting Sketches Or Radiographic Standard Shooting Sketches Is Required Per S9074-ar-gib-010a/278. If This Data Has Been previously Approved By A Navy Activity, The Original Approval Letter Must Be Submitted At The Same Time As Rt Film And Reader Sheet Submittal. 3.16.2 All Pieces Radiographed Must Be Permanently Marked With "rt" And A Unique Rt Serial Number. (the Unique Rt Serial Number Must Be Directly Traceable To The Rt Film.) 3.16.3 See Cdrl Di-misc-80678 (production Radiography) - Production Radiography Requires Final Acceptance By The Navy. The Items Listed Below Must Be Submitted For Final Acceptance, Cataloging, File, And Retention. They Must Be Submitted And Approved Prior To shipment Of The Applicable Hardware. However, When The Source Certification Clause Is Invoked, They Must Be Submitted A Minimum Of Forty-five (45) Working Days Prior To The Date Of Source Certification Inspection. (a) Film (b) Rss/rsss (c) Rs (reader Sheets) (d) Documentation Record Listing The Part Number, Heat/lot Traceability, And Theunique Rt Serial Number (which Is Traceable To The Rt Film And Reader Sheet) 3.17 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.17.1 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. 3.17.2 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. 3.17.3 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. 3.17.4 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. 3.17.5 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. 3.18 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. 3.18.1 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. 3.18.2 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. 3.19 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." 3.19.1 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. 3.19.2 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. 3.19.3 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. 3.19.4 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. 3.19.5 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. 3.20 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: 3.20.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.20.2 Inspection For Completeness And Proper Type. 3.20.3 Verification Of Material Quality Received. 3.20.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.20.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.20.6 Identification And Protection From Improper Use Or Disposition. 3.20.7 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. 3.20.8 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. 3.20.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.21 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. 3.21.1 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. 3.22 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. 3.22.1 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. 3.22.2 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. 3.22.3 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Assembly Identifying The Part number, Piece Number, Traceability Number, And The Location Of The Permanent Mark. 3.22.4 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ; 3.23 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: 3.23.1 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. 3.23.2 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 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.) 3.23.3 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. 3.23.4 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. 3.23.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.24 Material Handling - The Written Material Control Process Must Include The Following: 3.24.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.24.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.24.3 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. 3.24.4 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. 3.24.5 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. 3.24.6 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. 3.25 Receiving Inspection - 3.25.1 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. 3.25.2 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. 3.26 Discrepancy Reporting - 3.26.1 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). 3.27 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.27.1 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. 3.27.2 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. 3.27.3 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. 3.27.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.28 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 22 2009 - Added Evidence Of Dcma Observing Test Plate Welding & Ndt - Mar 18 2008 - Identify Applicable Weld Joints With Weld Procedures - Aug 26 2008 - Production Radiography To Be Approved Prior To Shipment - Jan 12 2011 - Clarified The Rt Marking Requirement - 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; 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. date Of First Submission=asreq block 12 - Within 120 Days After Contract Award, Submit One Copy Of The Welding Procedure (for Info) With The Qualification Data (for Approval/disapproval). Approval Must Be Obtained Prior To Performing Any Welding. this Review (approval/disapproval) Must Be Within 90 Days From Date Of Receipt. date Of First Submission=asreq block 12 - Within 120 Days After Contract Award, Submit One Copy Of The Welding Procedure (for Info) With The Qualification Data (for Approval/disapproval). Approval Must Be Obtained Prior To Performing Any Welding. this Review (approval/disapproval) Must Be Within 90 Days From Date Of Receipt. 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. blocks 12 And 14 - Within 135 Days After Approval Of Radiographic Shooting Sketches, Forward One Copy For Review To: commander, Portsmouth Naval Shipyard attn: Code 135.3 portsmouth, Nh 03804-5000 a Receiving Report Must Be Entered Into Wawf And Should Reference The Date Of Shipment And The Shipment Tracking Number. enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil the Review (approval/disapproval) Must Be Accomplished Within 30 Days From Date Of Receipt. 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. blocks 12 And 14 - Within 45 Days After Contract Award Prior To Performing Radiography, Radiographic Shooting Sketches Must Be Submitted To Portsmouth Naval Shipyard Via Wawf (wide Area Work Flow) For Review. If The Rss Was Previously Approved By Pns, The Rss can Be Submitted With The Rt Film. enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil the Review (approval/disapproval) Must Be Accomplished Within 30 Days From Date Of Receipt.

STATE, DEPARTMENT OF USA Tender

Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Description: U.s. Department Of State bureau Of International Narcotics And Law Enforcement Affairs (inl) you Have Received This "personal Services Contractor” (psc) Solicitation Through The Department Of State (dos) Internet Site. If You Have Any Questions Regarding This Psc, You May Contact The Dos Official Named In This Solicitation. The Department Is Not Responsible For Any Data And/or Text Not Received When Retrieving This Document Electronically. Amendments To Solicitation Documents Generally Contain Information Critical To The Submission Of An Application. position Title: Senior Cybercrime Advisor location: Abuja, Nigeria salary Level: Fs-02 - $101,395 - $148,902 (equivalent Gs-14) period Of Performance: The Period Of Performance For This Contract Is Twelve (12) Months From The Date Of Award With Four (4) Optional One-year Extensions. issuance Date: 01/08/2025 closing Date: 01/30/2025 closing Time: 3:00 Pm Et solicitation Number: Psc-25-013-inl job Description: See Below dear Prospective Offerors: the Department Of State Is Seeking Offers From Qualified U.s. Citizens To Provide Personal Services For The Subject Position Under A Personal Services Contract, As Described In This Solicitation. Submittals Must Be In Accordance With The Attached Information At The Place And Time Specified. Applicants Interested In Applying For This Position Must Submit The Following Materials: 1. Form Sf 171 (completed And Signed) 2. Complete Resume. In Order To Fully Evaluate Your Offer Your Resume Must Include: a. Paid A Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours Worked Per Week For Each Position. Dates (month/year) And Locations For Any Overseas Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting The Solicitation Requirements. b. Specific Duties Performed That Fully Detail The Level And Complexity Of The Work. c. Names And Contact Information (phone And Email) Of Your Current And/or Previous Supervisor(s). d. Education And Any Other Qualifications Including Job-related Training Courses, Job-related Skills, Or Job-related Honors, Awards Or Accomplishments. e. U.s. Citizenship note: Resume Must Contain Explicit Information To Make A Valid Determination That The Candidate Meets The Experience Requirements As Stated In This Solicitation. This Information Needs To Be Clearly Identified In The Resume. Failure To Provide Explicit Information To Determine Qualifications For The Position Will Result In Loss Of Full Consideration. 3. Evaluation Factor Document Specifically Addressing: Each Of The Evaluation Factors Shown In The Solicitation Below. Responses Must Be Limited To 500 Words Per Evaluation Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored. note: The Evaluation Factors Are Worth 70 Out Of 100 Points. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Receive That Are Relevant To Each Factor. 4. Professional References: Three (3) Names And Contact Information (phone And Email) Of Current And/or Previous Supervisors To Serve As Professional References. additional Documents Submitted Will Not Be Accepted. Incomplete Or Late Offers Will Not Be Considered. Complete Applications Must Be Emailed To: Cecille D. Washington U.s. Department Of State Inl/ex/gapp Washingtoncd@state.gov sincerely, margaret R. Gaudreau contracting Officer u.s. Department Of State subject a Solicitation For A Personal Services Contractor (psc), Department Of State (dos), Bureau For International Narcotics And Law Enforcement Affairs (inl). the United States Government (usg), Represented By The Dos, Seeks Applications From Us Citizens Interested In Providing Psc Services As Described In This Solicitation. pre-award Ethical Responsibilities Of Psc (jun 2011) this Solicitation May Result In The Award Of One Or More Personal Services Contracts As Defined In Far 2.101. Prior To Contract Award, All Offerors Or Quotes Must Advise The Cognizant Contracting Officer If They Have A Personal Conflict Of Interest, Such As A Financial Conflict, That Would Prevent Them From Either Meeting The Requirements Of The Clause Entitled, “post-award Ethical Responsibilities Of Personal Services Contractors,” Or Otherwise Objectively Performing Their Contractual Duties Upon Contract Award. how To Apply offerors Proposal Shall Be In Accordance With The Requirements Stated In This Solicitation At The Place And Time Specified. A Proposal Will Be Determined Non-responsive And Ineligible For Consideration Unless All Required Documents And Information Are Included In The Submission. Offerors Shall Ensure Their Resume Demonstrates Their Possession Of The Minimum Qualifications Outlined In This Solicitation, As Well As Their Ability To Fulfill All Required Duties. The Government Is Not Responsible For Any Costs Incurred By The Offeror During The Solicitation Process. note Regarding Government Obligations For This Solicitation this Solicitation In No Way Obligates The Department Of State To Award A Psc Contract, Nor Does It Commit The Department Of State To Pay Any Cost Incurred In The Preparation And Submission Of The Application. proposals Must Include The Following And Not Exceed Twenty (20) Pages (additional Pages Will Not Be Accepted Or Reviewed): 1. Form Sf 171 (completed And Signed) 2. Resume 3. Evaluation Factor Responses 4. Three (3) Names And Contact Information (phone And Email) Of Current And/or Previous Supervisors To Serve As Professional References. note: Your Resume Should Contain Explicit Information To Make A Valid Determination That You Fully Meet The Experience Requirements As Stated In This Solicitation. This Information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To Determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. Additional Documents Submitted Beyond The Requirements Will Not Be Accepted Or Reviewed. *** One Pdf Attachment Is Highly Recommended veteran’s Preference veteran’s Preference Is Not Applicable To This Position Therefore Do Not Submit Dd-214. all Qualified Applicants Will Be Considered Regardless Of Age, Race, Color, Sex, Creed, National Origin, Lawful Political Affiliation, Nondisqualifying Disability, Marital Status, Sexual Orientation, Affiliation With An Employee Organization, Or Other Non-merit Factor. equal Employment Opportunity Policy - The United States Government Does Not Discriminate In Employment On The Basis Of Race, Color, Religion, Sex (including Pregnancy And Gender Identity), National Origin, Political Affiliation, Sexual Orientation, Marital Status, Disability, Genetic Information, Age, Membership In An Employee Organization, Retaliation, Parental Status, Military Service Or Other Non-merit Factor. submit Proposal Via E-mail To The Attention Of: inl/cecille Washington e-mail: Washingtoncd@state.gov direct Questions Regarding This Solicitation To: inl/cecille Washington e-mail: Washingtoncd@state.gov inl Will Not Accept Proposals Beyond The Closing Time/date; Unless It Can Be Determined Dos Mishandled The Proposal. general Statement Of The Purpose Of This Contract mission Of The U.s. Department Of State: The U.s. Department Of State Is The Lead Institution For The Conduct Of American Diplomacy And The Secretary Of State Is The President’s Principal Foreign Policy Advisor. The Department Of State’s Mission Is To Advance U.s. National Security Interests, Fight Terrorism, Protect U.s. Interests Abroad, And Implement Foreign Policy Initiatives That Build A Freer, Prosperous, And Secure World. mission Of The Bureau Of International Narcotics And Law Enforcement Affairs (inl): The Bureau Of International Narcotics And Law Enforcement Affairs (inl) Is Part Of The Under Secretariat For Civilian Security, Democracy, And Human Rights (j) Within The Department Of State (dos). Inl’s Mission Is To Minimize The Impact Of International Crime And Illegal Drugs On The United States And Its Citizens By Providing Effective Foreign Assistance And Fostering Global Cooperation. inl’s Office Of Africa And The Middle East Programs (inl/ame) Develops And Manages Criminal Justice Sector Reform Programs And Contributes To Policy Formation On Civilian Security Issues In Both Regions. Inl Works To Improve The Effectiveness, Responsiveness, And Accountability Of Criminal Justice Sector Institutions (police, Justice Sector Actors, And Corrections). These Efforts Are Designed To Improve Stability, Human Rights, And Good Governance In Close Partnership And Cooperation With Host Government And Civil Society Actors. inl Has Program Authority Derived From The Foreign Assistance Act Of 1961, As Amended (faa). Under The Faa, Inl Is Responsible For Providing Assistance To Host Governments To Develop And Implement Effective Counter Narcotics, Anticrime, And Border Control Programs. the Purpose Of This Personal Services Contract Is To Fill The New Position Of Senior Cybercrime Advisor (senior Advisor) To The Inl Section At The U.s. Embassy In Abuja, Nigeria. The Senior Cybercrime Advisor’s Primary Responsibility Will Be To Support, Assist, And Advise The Inl Nigeria Director, The Inl Nigeria Deputy Director, The U.s. Embassy In Abuja, And The Inl/ame Nigeria Program Officer With Efforts To Build Inl Relationships With And Assist In The Coordination, Development, Training, Project Management, Technical Assistance, And General Capacity Building Involved With Inl’s Multiple Cybercrime And Information Technology (it)-based Initiatives In Nigeria. Inl Initiatives Involve Building Relationships And Coordinating Efforts With The Nigeria Police Force (npf), The Nigeria Security And Civil Defense Corps (nscdc), The Ministry Of Justice (moj), The Economic Financial Crimes Commission (efcc), The Nigeria Correctional Service (ncos), Nigeria’s National Agency For The Prevention Of Trafficking In Persons (naptip), The Office Of National Security Advisor (onsa), Among Others. As Inl’s Primary Poc For Nigerian Justice And Law Enforcement Agencies On Cybercrime, The Senior Advisor Shall Provide Subject Matter Expertise To Nigerian Government Agencies On Adopting And Implementing Laws, Policies, And International Best Practices And Procedures For Combatting Cybercrime And Ensuring Communication And Collaboration Between Nigerian Government On Select Programs And Application Designed To Facilitate Improved Criminal Justice Practices, As Well As Adoption And Adherence To International Best Practices And Policies. The Senior Advisor Shall Also Advise Law Enforcement And Justice Sector Training Academies And Staff, Through Direct And Continuous Engagement, On Development And Implementation Of Improved Training, Course Curricula, Instructor Development, Training Materials, And Training Requirements To Facilitate Success Of The Inl Nigeria Program. the Senior Advisor Shall Be Responsible For Monitoring, Advising, And Collaborating With Inl Project Coordinators, Inl Project Partners, And Inl’s Implementing Personnel To Ensure High Quality Training, Equipment, And Technical Assistance To Nigerian Justice And Law Enforcement Agencies, As Well As Proper Design And Implementation Of Projects To Foster Institutional Capacity And Professionalization In Addressing Cybercrime And Inl-sponsored It Initiatives. Such Partners And Implementers Include Industry Partners, Un Office On Drugs And Crime (unodc), International Office Of Migration (iom), Public And Private Development Centre, Among Other Implementers. The Senior Advisor Shall Also Foster Among Nigerian Law Enforcement Adherence To Human And Constitutional Rights, International Best Practices For Cyber Investigations, And Maintaining Good Relations With The Nigerian Public. The Senior Advisor Shall Advise Nigerian Justice And Law Enforcement At The Executive And Mid-level Leadership Levels, Offering Technical Assistance At Multiple Levels On The Management, Operations, Logistics, Personnel Management, And Administration Of Cybercrime And It-related Initiatives. The Senior Advisor Shall Also Assist In Strengthening Nigerian Government Accountability And Protection Mechanisms For Officials’ And Citizens’ Personally Identifiable Information, As Well As Accountability And Disciplinary Mechanisms For Those Government Officials And Law Enforcement Officers Who Commit Crimes Or Misconduct. The Position Will Require Close Coordination With Moj, Onsa, Npf, Efcc, Ncos, Naptip, And Other Relevant Nigerian Ministries And Agencies. additionally, The Senior Advisor Will Advise On Wide-ranging Policy And Technical Cybercrime And It-related Matters Relative To U.s. Contributions And Participation In Cyber-related Projects, Civilian Public Security/police Operations, And Security Sector Reform. The Senior Advisor Shall Also Stay Current On Cyber Developments In Nigeria And Proactively Seek Answers To Questions Posed By The Inl Director, Inl Deputy Director, Inl/ame Program Office, Embassy Officials, And Other U.s. Government Visitors To The Embassy. The Senior Advisor Will Support Inl With Professional Analyses And Advice Regarding Nigerian Efforts To Address And Combat Cybercrime Domestically And Nigerian Participation In International Fora Related To Cybercrime, In Addition To International And U.s. Professional Standards And Best Practices For Cyber Space. The Senior Advisor Shall Also Facilitate The Development And Implementation Of Supplemental Efforts To Build The Institutional Capacity And Professionalization Of Nigeria Government Agencies Addressing Cybercrimes. These Efforts Will Require Close Collaboration With The Inl’s Senior Law Enforcement Advisor, Senior Counter-narcotics And Transnational Crime Advisor, The Senior Justice Advisor, And Other Members Of The Inl Nigeria And U.s. Mission In Nigeria. duties & Responsibilities under The Direct Supervision Of The Abuja Inl Director Or His/her Designee, The Senior Cybercrime Advisor Will Perform The Following Duties: assess & Advise: • Provide Advice And Technical Assistance To The Moj, Onsa, Npf, Nscdc, Ncos, Efcc, Naptip, And Other Nigerian Justice And Law Enforcement Agencies At The Executive, Middle Management, First Line Supervisors, And Rank-and-file, As Well As Other Relevant Nigerian Government Stakeholders On Best Practices And International Standards To Combat And Prevent Cybercrime And Financial Crimes (including Those Involving Cryptocurrency), Implement Cybersecurity, And Develop It-related Solutions For Official Nigerian Government Use. • Provide Advice And Technical Assistance To The Moj, Npf, Nscdc, Ncos, Efcc, Naptip, And Other Nigerian Justice And Law Enforcement Agencies At The Executive, Middle Management, First Line Supervisors, And Rank-and-file, As Well As Other Relevant Nigerian Government Stakeholders On Adopting And Implementing Laws, Policies, And International Best Practices And Procedures For Combatting Cybercrime And Implementing It-related Applications And Programs To Facilitate Improved Criminal Justice Practices, As Well As Adoption And Adherence To International Best Practices And Policies. • Provide Expert Advice And Technical Assistance To The Moj, Npf, Nscdc, Ncos, Efcc, Naptip, And Other Nigerian Justice And Law Enforcement Agencies, And Relevant Gon Stakeholders On Program Design And Functionality, And When Necessary, Provide Recommendations To Revise Criminal Justice Information Management Systems To Facilitate Improved User Interface, Compatibility Across Agencies, Or General Improvements On The Programs (e.g., Cims [corrections Information Management System]. • Provide Expert Advice And Technical Assistance To The Moj, Npf, Nscdc, Ncos, Efcc, Naptip, And Other Nigerian Justice And Law Enforcement Agencies, And Relevant Gon Stakeholders In Development To Establish And Maintain A System To Protect Nigerian Citizens’ Personally Identifiable Information. • Advise And Assist The Onsa, Moj, Npf, And Other Nigerian Government Agencies In Developing And Implementing Strategy And/or Operational Plan For Cybercrime And Government Law Enforcement It Databases, Applications, And Solutions. • Advise And Assist The Onsa, Moj, Npf And Relevant Gon Stakeholders On The Development Of Standard Operating Procedures (sops), And Foster A Proactive Operational Strategies, Logistical Support, And Continuous Education Program To Improve The Effectiveness, Professionalism, And Management Of The Nigerian Agencies’ Cybercrime And It-related Applications, Tools, Policies, And Procedures. • Participate In The Continual Analysis And Evaluation Of Nigeria’s Justice And Law Enforcement Institutions, Including Assessments Of The Organizational And Operational Capacities Of The Various Elements Related To Justice And Law Enforcement Operations, Management, Administration, Logistics, And Other Aspects Related To Combatting Cybercrime, And Adoption Of It-related Applications. political Liaison: • Establish And Maintain Lines Of Communication With Relevant Partner Country Stakeholders To Advance Inl Program Objectives And U.s. Government Stabilization Objectives To Include Facilitating Meetings And Information Flows Between All Parties Responsible For Efforts And Projects Related To Cybercrime And Criminal Justice It Applications, Tools, And Systems. • Generate Support For And Advance U.s. Policy Objectives With Key Host Government Officials, Under The Direction Of The Inl Director Or Designee And In Coordination With The Inl Nigeria Program Officer And Other Inl Implementers. planning, Development, & Execution: • Visit, Review, And Analyze The Capabilities Of Justice And Law Enforcement-related Training Facilities And Educational Institutions That Work With Inl Nigeria-supported Projects, And Advise On Potential Projects, Activities, And Events To Increase Capabilities Of Justice And Law Enforcement Entities To Combat Cybercrime And Adopt It Solutions. • Ensure That Training Materials Are Approved By The Leadership Of Entities, The Moj, And Other Relevant Nigerian Government Offices And Agencies. Training Modules Shall Complement Other Inl-funded Training And Adhere To International And U.s. Professional Standards And Best Practices. • Advise Senior Justice And Law Enforcement Officials, Logistics And Deployment Managers, Training Managers, And Trainers To Build On Existing Capacity And Current Processes To Combat Cybercrime. Provide Expert Advice And Recommendations On Training And Equipment Needs Of And Procedural Gaps For Justice And Law Enforcement Agencies. • Identify Technical Areas In Which Inl Training Or Other Programmatic Intervention Could Be Beneficial To The Overall Goals Of U.s. And Inl Cybercrime Initiatives. • Monitor Implementing Partners Funded By Inl To Facilitate The Development, Training, Support, And Sustainability Of The Cyber-related Initiatives And Efforts In Nigeria. Work Closely With Implementers’ Staff To Identify And Address Obstacles, Delays, And Other Challenges To Project Implementation. • Recommend Efforts And Initiatives; Facilitate And Perform Follow-on Activities To Encourage The Host Government’s Adoption Of International And U.s. Professional Standards And Best Practices Regarding Cybercrime And It Adoption. • Monitor And Report On Significant Activities And Developments Related To Adoption Of International And U.s. Professional Standards And Best Practices Related To Cybercrime. • Evaluate Results And Outcomes Of Initiatives, Determine Obstacles And Challenges To Adoption Of Professional Standards And Best Practices And As Necessary Make Mid-course Adjustments In Initiatives; When Complete, Provide A Final Report For Review Of Inl Nigeria Director, The Inl Nigeria Program Officer, And The Inl Cyber Team. program Development & Implementation: • Collaborate With Onsa, Moj, Npf, And Other Criminal Justice Agencies On Addressing Issues Identified Through Technical Assistance And Advising Activities, Including Organizing Logistics And Recommending Nigerian Or External Experts. Arrange Training For Gon Agencies In Areas Of Particular Focus, As Determined With Inl Nigeria Director And Inl Nigeria Program Officer. • Monitor And Evaluate Implementing Partners Funded By Inl To Facilitate The Development, Training, Support, And Sustainability Of Cyber Related Initiatives And Projects. Work Closely With Implementers’ Staff To Identify And Address Obstacles, Delays, And Other Challenges To Cyber-related Initiatives And Projects. integration Of Complementary Programs: • Work With Inl Implementers, U.s. And International Agencies, Ngos, And Nigerian Institutions To Ensure Full Integration Of Parallel And/or Complementary Foreign Assistance Efforts To Improve The Capacity Of The Nigerian Judicial Sector. This Shall Include U.s. Mission Nigeria Offices And Units, Including The Political And Economic Sections, Regional Security Office (rso), Usaid, Department Of Defense, And Other U.s. Agencies, As Well As International Organizations And Donors (e.g., Iom, Unodc, Uk, And The Eu). • Coordinate Activities With These Entities To Avoid Duplication And Repetition And Ensure A Coherent Approach To Criminal Justice Sector Assistance In International Programs. end Use Monitoring: • Ensure That Equipment Purchased With United States Government (usg) Funds Are Effectively Utilized. This Assists In The Prevention Of Fraud, Corruption, Waste, Or Mismanagement Of Equipment. briefing & Reporting: • Prepare, Coordinate, And Ensure The Timely Issuance Of One-time And Periodic Reports On Inl-efforts Related To Increasing The Capacity Of The Nigerian Law Enforcement And Civilian Agencies To Counter And Deter Criminality And Protect Citizens. • Prepare Periodic List Of All Current Nigerian Government Units And Agencies Working To Combat Cybercrime, Including Units Assigned To That Function And Information On Active Numbers, Operations, Training, And Disposition; Prepare Periodic Information On The Number And Type Of Units, The Rates Of Attrition, Desertion, Recruitment, And Other Factors Affecting Unit Effectiveness, Capability, And Operational Integrity. • Provide Information, Details, And Updates That Assist Inl Officers In Their Preparation Of Periodic Reports, Cables, Memoranda, Assessments, Monitoring And Evaluation And Assessment Reports, And Other Documents Related To Efforts To Increase The Capacity Of The Nigerian Criminal Justice Sector. • Participate In And Assist With Official Visits From Usg And Inl Visits, And Aid In Escorting And Arranging Appropriate Itineraries For Official Travelers. • Brief Department, Congressional, Staff Delegations, And Other Selected International Dignitaries On Inl’s Efforts To Increase The Capacity Of Nigeria’s Criminal Justice Sector To Address Cybercrime, Cybersecurity, And Adopt And Implement Relevant International Treaties. • Attend Relevant Embassy Meetings And Security Sector Reform Related Meetings; Brief The Inl Nigeria Program Officer And Appropriate Embassy Members, And Report On Major Issues Related To Inl’s Efforts To Increase The Capacity Of The Nigerian Criminal Justice Sector, Including The Moj, Npf, Efcc, Ncos, And Nscdc. security Of Training Teams And Personnel: • Maintain Points Of Contact With The Moj, Npf, Efcc, Ncos, Nscdc, Other Criminal Justice Agencies, Other Gon Stakeholders, And Local Authorities For Determining The State Of Cybercrime Operations And Training Areas To Assist In The Development Of Investigative, Preventative, And Implementation Plans And Developing Threat Assessments. administrative: • When Required, Perform The Role Of Duty Officer. • Perform Other Duties As Requested And Assigned That Are Directly Related To This Statement Of Work. trainings & Distance Learning Courses 1. Completes The Contracting Officer Representative (pa296) Distance-learning (dl) Course Through The Foreign Service Institute (fsi) Within 120 Days Of Arriving At Post. 2. Completes The Introduction To Working In An Embassy (pn113) Distance-learning (dl) Course Through The Foreign Service Institute (fsi) Within The First Six (6) Months Of Arriving At Post. 3. Completes The Mandatory Foreign Affairs Counter-threat (fact) Course (ct650) Prior To Deployment To Post. 4. Completes The Inl/km-implemented “inl-prep” In-person Training Course Prior To Or Within 90 Days Of Arriving To Post. 5. Completes The Managing Foreign Assistance Awards Overseas (pp223) Distance-learning (dl) Course Through The Foreign Service Institute (fsi) Within The First Six (6) Months Of Arriving At Post. 6. Completes The Foreign Assistance Performance Monitoring And Evaluation (pp425) Distance-learning (dl) Course Through The Foreign Service Institute (fsi) Within First Six (6) Months Of Arriving At Post. 7. Completes The Mitigating Unconscious Bias (pt144) Distance-learning (dl) Course Through The Foreign Service Institute (fsi) Course Within The First 90 Days Of Arriving At Post. 8. Works With The Inl Program Office/post To Determine A Timeline For Completing The Inl Staff Orientation And Readiness Training (soar). 9. Consultations With The Inl Program Officer May Be Required. place Of Performance & Travel Requirements the Place Of Performance For This Position Is The U.s. Embassy Abuja, Nigeria. Frequent Travel In-country And Regionally On A Tdy Basis To Meet Program Needs Is Required. International Travel For Consultations And Conferences May Be Required. relationships the Senior Cybercrime Advisor Reports To The Inl Director At Us Embassy Abuja, Nigeria. The Incumbent Will Work Closely With And Receive Guidance From The Inl/ame Nigeria Program Officer And The Inl Cyber Team In Washington, Dc. The Senior Advisor Maintains Open, Timely, And Professional Communications, Resulting In A Relationship That Proactively Addresses Potential Problems With Flexible, Workable Solutions. the Contract Administrator Shall Be The Inl Contracting Officer In Washington. In No Instance Shall The Inl Director Or Any Other Individual Be Authorized To Alter Or Modify The Terms And Conditions Of The Contract Or Waive The Government's Requirements, Price, Delivery, Or Other Terms And Conditions. The Contracting Officer Must Authorize Such Changes In Writing. the Inl Director Will Provide Yearly Performance Reviews To The Inl/ex/gapp Contracting Officer In Washington, D.c. To Contribute To The Incumbent’s Official Yearly Review. complexity this Position Involves Planning, Organizing, And Completing Financial And Organizational Analysis Of Enormous Complexity. Due To The High Visibility And Political Sensitivity Of The Issues In Which Inl Is Involved, There Is Extreme Difficulty In Identifying The Nature Of The Issues And Planning, Organizing, And Determining The Scope And Depth Of Studies/audits To Be Undertaken. The Psc Is Expected To Address Difficult Scenarios By Separating The Substantive Nature Of The Programs Or Issues Into Their Components And Determining The Nature And Magnitude Of Programs Or Issues, As Well As In Discerning The Intent Of The Legislation And Policy Statements And Determining How To Translate The Intent Into Program Actions. scope & Effectiveness the Psc Performs Broad And Extensive Assignments Related To A Complex Administrative/financial Program Spanning The Full Range Of Citizen Safety, Law Enforcement, Rule Of Law, And Counternarcotics Programs In Nigeria, Which Is Of Significant Interest To The Public And To Congress. period Of Performance the Period Of Performance For This Contract Is Twelve (12) Months From The Date Of Award With Four (4) Optional One-year Extensions. minimum Qualifications 1. U.s. Citizenship With The Ability To Obtain And Maintain Department Of State Secret Level Security Clearance, Medical Clearance, And Ethics Clearance (if Applicable). (security Clearance Upgrade To Top Secret Level May Be Required.) 2. Bachelor’s Degree From An Accredited Institution With A Minimum Of 10 (ten) Years Of Experience Performing Duties Related To This Sow In The Public Or Private Sector. 3. A Minimum Of Three (3) Years Of Professional Experience Working On Cybercrime, Cybersecurity Or Criminal Justice Fields. 4. Demonstrated Knowledge Of Cybercrime Best Practices, Policies, Issues, And U.s. And International Standards. 5. A Minimum Of One (1) Year Of Experience Working Overseas. 6. Demonstrated Experience In Project Management. 7. Demonstrated Working Knowledge Of Ms Word, Outlook, Excel, Teams, And Sharepoint. evaluation Factors (used To Determine The Competitive Ranking Of Qualified Offerors In Comparison To Other Offerors.) Offerors Should Cite Specific, Illustrative Examples For Each Factor. Responses Must Be Limited To 500 Words Per Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored. factor 1: Work Experience (25 Points) demonstrated Experience In Cybercrime Investigations, Policy And Project Implementation, Or Experience In Criminal Justice It Application Development, Training, And Implementation. Demonstrated Full Life-cycle Project Management Experience, Including Planning, Implementation, Monitoring And Evaluation, Close-out And Coordinating Activities With Multiple Entities. Experience Working Overseas In Countries Under Difficult Conditions Or In An Embassy Environment Is Preferred. factor 2: Technical Experience (25 Points) demonstrated Experience Assessing Cybercrime Investigative And/or Prosecutorial Capabilities; Demonstrated In-depth Knowledge Of Cybercrime Best Practices, Polices, Issues, And International And U.s. Best Practices And Standards In Combating Cybercrime. Demonstrated Experience In Software Engineering, Design, And Development Of Cybercrime It Applications. Substantive Knowledge Of And Experience Within International Cybercrime And Criminal Financing, Including Cryptocurrencies, Is Preferred. factor 3: Communication & Management Experience (20 Points) demonstrated Ability To Communicate In A Timely And Concise Manner, Both Orally And In Writing. Demonstrated Experience In Briefing Senior Officials, Preparing, And Writing Reports, Audits, And Memoranda. Demonstrated Ability To Interact Effectively With Others At All Command Levels, Including Diverse And Multicultural Groups, To Develop And Maintain Strong Working Relationships. basis Of Rating: Offerors Who Clearly Meet The Education/experience Requirements Will Be Further Evaluated Based On Scoring Of The Evaluation Factor Responses. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Received That Are Relevant To Each Factor. Failure To Specifically Address The Evaluation Factors May Result In Your Not Receiving Credit For All Of Your Pertinent Experience, Education, Training And/or Awards. the Offeror Rating System Is As Follows: evaluation Factors Have Been Assigned The Following Points: factor #1 – 25 factor #2 – 25 factor #3 – 20 total Possible – 70 Points interview Performance – 30 Points satisfactory Professional Reference Checks – Pass/fail (no Points Assigned) past Performance Evaluation Of Applicant’s Ability To Perform Under The Contract. In Conducting The Evaluation, The U.s. Government Reserves The Right To Utilize All Evaluation Information Available At The Time Of Evaluation, Whether Provided By The Applicant Or Obtained From Other Sources. total Possible Points: 100 the Most Qualified Candidates May Be Interviewed, Required To Provide A Writing Sample, And Demonstrate An Ability To Operate Commonly Used Office Applications. Inl Will Not Pay For Any Expenses Associated With The Interviews. In Addition, Applications (written Materials And Interviews) Will Be Evaluated Based On Content As Well As On The Applicant's Writing, Presentation, And Communication Skills. In The Event That An Applicant Has Fully Demonstrated His/her Qualifications And There Are No Other Competitive Applicants, Inl Reserves The Right To Forego The Interview Process. Professional References Will Be Evaluated For Applicants Being Considered For Selection. compensation (base Pay) this Position Has Been Designated At The Fs-02 Equivalent Level ($101,395 - $148,902 Per Annum). Final Compensation Will Be Negotiated Within The Listed Market Value Based Upon Qualifications, Previous Relevant Experience And Work History, Salary And Educational Background. Salaries, Including Any Recruitment Supplemental Pay That Exceeds The Listed Pay Range, Will Not Be Entertained Or Negotiated. for Award, Inl Will Negotiate For This Contract Based On The Market Value As Outlined Above And Overall Experience Relevant To The Solicitation Requirements. benefits & Allowances as A Matter Of Policy, Inl Normally Authorizes The Following Benefits And Allowances benefits - If Applicable • Employee's Fica/medicare Contribution • Contribution Toward Health And Life Insurance • Pay Comparability Adjustment • Annual Increase • Eligibility For Worker's Compensation • Annual, Sick And Home Leave • 401k Plan • Medvac (provided By Dos Med) allowances In Accordance With Department Of State Standardized Regulations (dssr) - If Applicable • Temporary Quarters Subsistence Allowance (tqsa) Or Per Diem Upon Arrival At Post • Housing Allowance • Post Allowance • Supplemental Post Allowance • Maintenance Allowance (sma) • Education Allowance • Educational Travel (full-time United States Based Secondary) • Post Hardship Differential • Danger Pay • Shipment Of Hhe, Uab, Pov And Consumables

DEPT OF THE NAVY USA Tender

Machinery and Tools
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n743.6|wvq|564-230-3066|francine.a.pommells.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| time Of Delivery (june 1997)|20|0001|1|365 Days|||||||||||||||||| 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|s4306a - Material|n/a|n/a|see Dd1 423|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 (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 (may 2024)|13|332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1. Data Item A001 (inspection And Test Plan) May Be Waived If Already On Fileat Navsup Wss Mech. 2. Navsup Wss Mech Will Be Considering Past Performance In The Evaluation Ofoffers. See Clause 252.213-7000. 3. The Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls After Receipt final Delivery Of Material (365 Days) please Quote Actual Delivery Days early And Incremental Delivery Is Acceptable At No Additional Cost To Thegovernment. 4. This Procurement Is Issued Pursuant To Emergency Acquisition Flexibilities. \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.2.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. drawing Data=5001057 |53711| L| |d|0001 | L|49998|9999999 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-a193 | | | |200515|a| | | document Ref Data=astm-a194 | | | |220501|a| | | document Ref Data=astm-b564 | | |b |191101|a| | | document Ref Data=astm-b633 | | | |151201|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-dtl-1222 | | |j |001208|a| | | document Ref Data=mil-std-2035 | | |a |950515|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=mil-dtl-15024 | | |g |180303|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-dtl-23229 | | |e |970110|f| | | document Ref Data=mil-i-45208 | | |a |810724|a|1 | | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=a-a-59004 | | |b |181118|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=0900-lp-001-7000 | | | |810101|c| |01| document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;the Complete 1 Inch, 900 Psi, Steam, Socketweld Strainer/orifice Must Be In Accordance With Naval Sea Systems Command Drawing 803-5001057, Assembly 803-5001057-a3af-040, Except As Amplified Or Modified Herein.; 3.2 ;the Diameter Of The Hole In The Orifice, Piece Number 2, Must Be 0.040 +/- 0.001 Inches.; 3.3 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;body, Piece Number 1; material - ;astm-b564, Uns-n06600, Annealed Forging; part - ;cap, Piece Number 14 Or Top Cap, Piece Number 15; material - ;mil-dtl-23229 Forging, Condition A Or Astm-b564, Uns-n06600 Annealed Forging; part - ;stud, Piece Number 5; material - ;astm A193, Grade B7 Iaw Mil-dtl-1222, Type I As Modified By Drawing 5001057 (to Be Phosphate Coated Or Zinc Plated Iaw Note 4.c); part - ;heavy Hex Nut, Piece Number 6; material - ;astm A194, Grade 2h Or 7 Iaw Mil-dtl-1222, Type Iii (to Be Phosphate Coated Or Zinc Plated Iaw Note 4.c); 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 (as Applicable); performance - Per Applicable Fabrication Specification acceptance - Per Applicable Fabrication Specification test - ;visual And Dye Penetrant Inspection (final Layer); item - ;weld Joint Piece 1 To Piece 2; performance - ;t9074-as-gib-010/271; acceptance - ;mil-std-2035; test - ;5x Visual Inspection; item - ;weld Joint Piece 3 To Pieces 9 & 10; performance - ;t9074-as-gib-010/271; acceptance - ;mil-std-2035; test - ;visual And Dye Penetrant Inspection (final Layer); item - ;weld Joint Piece 11 To Piece 15 (if Applicable); performance - ;t9074-as-gib-010/271; acceptance - ;mil-std-2035; test - ;liquid Penetrant Inspection Or Magnetic Particle Inspection (wet Method) (either Inspection Is Acceptable); item - ;stud, Piece Number 5 And Stud Nut, Piece Number 6; performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222 acceptance - Mil-dtl-1222 test - ;hydrostatic Test; item - ;each Assembly; performance - ;general Note 1.a.2; acceptance - ;general Note 1.a.2; 3.5 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig. the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes. 3.6 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 Hydrogen Embrittlement Relief - Plated/coated Fasteners And Fasteners Per Paragraph 3.7 Of Mil-dtl-1222 Require Hydrogen Embrittlement Relief Heat Treatment In Accordance With ;astm-b633 For Zinc Plated Fasteners Which Exceed Hrc 31 And/or 1000 Mpa Or mil-dtl-16232 For Phosphate Coated Fasteners Which Exceed Hrc 39.; . certification Is Required. 3.8 Thread Lubricant - Thread Lubricants Containing Molybdenum Disulfide Must Not Be Used On This Material. Bacteria In Water, Especially Seawater, Causes Molybdenum Disulfide To Break Down. The By-products Of The Breakdown Form Compounds Which Attack The fasteners. Anti-galling Compound A-a-59004 Must Be Used As A Replacement When Thread Lubricant Is Required For Assembly. 3.9 Component Identification Description (cid) - When Applicable Drawing(s) And/or Specification(s) Specify That A Nameplate Or Identification Plate Is Required, The Cid Number ( ;cid 759990556x; ) Must Be Added. When No Plate Is Specified, An Identification plate In Accordance With Mil-dtl-15024, Type "c" On Brass Or Type "h" On Aluminum Must Be Securely Attached To Each Assembly Showing The Above Cid Number. No Assembly Must Be Shipped Without The Cid Number Attached. 3.10 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 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. 3.12 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. Repair Welding Is Not permitted On ;mil-dtl-23229 Material; . Procedures And Qualification Data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.13 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. 3.13.1 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. 3.13.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.13.3 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. 3.14 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. 3.15 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. 3.15.1 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. ^ Quality Assurance Requirements ^ 3.16 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. 3.17 See Cdrls Di-misc-80875 (welding Procedures) And Di-misc-80876 (weld Procedure Qualification Data) - 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. 3.17.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.17.2 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.") 3.17.3 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. 3.17.4 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. 3.17.5 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. 3.17.6 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. 3.17.7 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. 3.17.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.17.9 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. 3.17.10 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. 3.17.11 See Cdrl Di-misc-80678 (consumed Weld Metal) - 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. 3.17.12 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. 3.18 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.18.1 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. 3.18.2 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. 3.18.3 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. 3.18.4 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. 3.18.5 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. 3.19 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. 3.19.1 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. 3.19.2 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. 3.20 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." 3.20.1 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. 3.20.2 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. 3.20.3 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. 3.20.4 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. 3.20.5 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. 3.21 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: 3.21.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.21.2 Inspection For Completeness And Proper Type. 3.21.3 Verification Of Material Quality Received. 3.21.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.21.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.21.6 Identification And Protection From Improper Use Or Disposition. 3.21.7 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. 3.21.8 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. 3.21.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.22 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. 3.22.1 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. 3.23 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. 3.23.1 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. 3.23.2 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. 3.23.3 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Assembly Identifying The Part number, Piece Number, Traceability Number, And The Location Of The Permanent Mark. 3.23.4 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ; 3.24 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: 3.24.1 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. 3.24.2 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 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.) 3.24.3 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. 3.24.4 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. 3.24.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.25 Material Handling - The Written Material Control Process Must Include The Following: 3.25.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.25.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.25.3 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. 3.25.4 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. 3.25.5 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. 3.25.6 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. 3.26 Receiving Inspection - 3.26.1 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. 3.26.2 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. 3.27 Discrepancy Reporting - 3.27.1 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). 3.28 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.28.1 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. 3.28.2 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. 3.28.3 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. 3.28.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.29 Additional Marking For Fasteners - Fasteners Must Be Marked In Accordance With ;mil-dtl-1222; . The Method Of Marking Must Be Types I, Ii, Iii, V, Viii Or Ix Of Mil-std-792 Except For Grades 410, 416 And 431 In The H Condition And Grades 8, 630, A574, and 4340 Which Must Be Marked By Method Ii When Marking Is Applied After The Final Heat Treatment. Markings On Fasteners That Are To Be Coated Must Be Marked Prior To Coating And Have A Minimum Depth Of 4 Mils. Traceability Marking Must Be Legible After The application Of Protective Compounds. 3.29.1 Marking Is Required For All Fasteners Regardless Of Size And Must Include The Material Symbol, The Manufacturer's Identification Symbol, And The Traceability Marking. Marking Must Be Applied On The Head Of Headed Fastener (top Preferred, Side location If Necessary). Self-locking Screws Must Also Be Marked With Six Dots. Where No Contract Invoked Specification Requirement Exists For This Marking, Self-locking Fasteners Must Be Marked With Six Dots Approximately .032" Diameter, Raised Or Depressed by Approximately .010" Located On The Top Perimeter Of The Head Of The Fastener In An Arc Or Circular Pattern. The Six Dots Must Be Distinguishable From All Other Required Markings. 3.30 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. 3.31 See Di-misc-80678 (hydrogen Embrittlement Relief) - For Plated/coated Fasteners. 3.31.1 Plated Fasteners - A Certificate Of Compliance Is Required For Plated Fasteners That Includes A Statement Signifying Minimum Compliance With The Plating Spec. The C Of C Must Include Times And Temperatures For All Baking Cycles Required By The plating/coating Specification (pre And Post Process Baking), And The Time Between Plating And Post Process Baking. 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 22 2009 - Added Evidence Of Dcma Observing Test Plate Welding & Ndt - Mar 18 2008 - Identify Applicable Weld Joints With Weld Procedures - 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. date Of First Submission=asreq block 12 - Within 120 Days After Contract Award, Submit One Copy Of The Welding Procedure (for Info) With The Qualification Data (for Approval/disapproval). Approval Must Be Obtained Prior To Performing Any Welding. this Review (approval/disapproval) Must Be Within 90 Days From Date Of Receipt. date Of First Submission=asreq block 12 - Within 120 Days After Contract Award, Submit One Copy Of The Welding Procedure (for Info) With The Qualification Data (for Approval/disapproval). Approval Must Be Obtained Prior To Performing Any Welding. this Review (approval/disapproval) Must Be Within 90 Days From Date Of Receipt. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance.

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n743.6|wvq|564-230-3066|francine.a.pommells.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| time Of Delivery (june 1997)|20|0001|12|365 Days|||||||||||||||||| 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|136|n/a|n/a|s4306a - Material|n/a|n/a|see Dd142 3|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 (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 (may 2024)|13|332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| data Item A001 (inspection And Test Plan) May Be Waived If Already On Fileat Navsup Wss Mech. 2. Navsup Wss Mech Will Be Considering Past Performance In The Evaluation Ofoffers. See Clause 252.213-7000. 3. The Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls After Receipt final Delivery Of Material (365 Days) please Quote Actual Delivery Days early And Incremental Delivery Is Acceptable At No Additional Cost To Thegovernment. 4. This Procurement Is Issued Pursuant To Emergency Acquisition Flexibilities. \ 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. document Ref Data=fed-std-h28 | | |b |190424|a| | | document Ref Data=fed-std-h28 |0020| |b |941221|a| |01| document Ref Data=astm-b148 | | | |181001|a| | | document Ref Data=mil-std-276 | | |a |921230|a| | | document Ref Data=qq-n-281 | | |d |851023|a| 2| | document Ref Data=qq-n-286 | | |g |001207|a| | | document Ref Data=astm-a494 | | | |220301|a| | | document Ref Data=astm-a574 | | | |211201|a| | | document Ref Data=astm-f606 | | | |191115|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-dtl-1222 | | |j |001208|a| | | document Ref Data=mil-std-2132 | | |d |080310|f| |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-h-24135 |0004| |a |930903|a| | | document Ref Data=mil-h-24135 |0010| |a |930903|a| | | document Ref Data=mil-b-24480 | | |a |850620|a| | | document Ref Data=mil-c-24723 | | | |890607|a| | | document Ref Data=mil-f-24787 | | | |930903|a| | | document Ref Data=qpl 24787 | | |qpd|201105|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=ansi/asq-z1.4 | | | |080101|a| | | 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=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=mil-f-24787 |0005| | |930903|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Mil-f-24787, Except As Amplified Or Modified Herein. Mil-f-24787 Ordering Data Information Is Provided Below. (a) Fittings, End, Reusable For Flexible Hose Assemblies; Mil-f-24787 And Mil-f-24787/ ;5; . (b) Type - ;d; (c) Group - ;iv; Class - ;n/a; (d) Size - ;-40; Pipe End - ;n/a; Hose End - ;-40; (e) Dates And Revisions Of Specifications And Standards Referenced Herein Must Be As Specified In Paragraph 2 Of This Contract/purchase Order. (f) An Inspection System Is Required As Specified Elsewhere In This Contract/purchase Order. (g) Packaging And Packing Requirements Must Be As Specified Elsewhere In Thiscontract/purchase Order. (h) Total Quantity Must Be As Specified Elsewhere In This Contract/purchase Order. 3.2 ;fittings Must Be Qualified For Use On Mil-h-24135/4 And Mil-h-24135/10 Hoses.; 3.3 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;hose Nipple And Elbow; material - Mil-b-24480 With The Applicable Requirements Of Astm-b148. part - ;socket Assembly; material - ;mil-b-24480 With Applicable Requirements Of Astm-b148; Qq-n-281, Class A Or B, Form 1, Condition Cold Drawn; Qq-n-286, Form 1 Or Form 2 Condition Cold Drawn Or Hot Finished; Astm-a494, Grade M30h, Or Mil-c-24723, Composition M30h With Applicable requirements Of Astm-a494; part - ;fasteners (for Bolt Together Design Only); material - ;qq-n-281 Or Qq-n-286, Annealed And Age Hardened; part - ;ring And Bands (for Ring And Band Design Only); material - ;qq-n-286; 3.4 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below. test - Non-destructive Tests item - ;weld Repair And/or Production Weld (as Applicable); performance - Per Applicable Fabrication Specification acceptance - Per Applicable Fabrication Specification test - ;liquid Penetrant Inspection; item - ;fasteners (only If Bolt Together Design Is Used); performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222 acceptance - Mil-dtl-1222 test - ;ultrasonic Test (for Ring And Band Design Only); item - ;tubing For The Ring And Band; performance - ;t9074-as-gib-010/271 And Qq-n-286; acceptance - ;qq-n-286; attribute - Annealing And Age Hardening item - ;qq-n-286 Fasteners; performance - Qq-n-286 test - Hydrostatic Or Aerostatic Proof Pressure Test item - ;mil-f-24787 Fitting - Each Cast Elbow And Cast Nipple, As Applicable, Must Be Tested Individually Prior To Assembly Or As An Assembly.; performance - Mil-std-276; Test Pressure Tolerance Must Be +2%/-0% Of The Required Test Pressure, Rounded To The Nearest Multiple Of The Smallest Graduation Of The Test Pressure Gage Used, Not To Exceed +50 Psig. Test Duration Must Be A Minimum Of 2 Minutes And A Maximum Of 5 Minutes. acceptance - No Leakage note: Non-impregnated Fittings That Leak May Be Impregnated And Retested. Impregnated Fittings That Exhibit Leakage May Be Re-impregnated Per Paragraph 4.11 Of Mil-std-276, And Then Pressure Tested Per Paragraph 4.10 Of Mil-std-276. test - Ultrasonic Inspection On Starting Material item - ;all Items Requiring Certification Made From Qq-n-286 With A Diameter Or Minimum Distance Between Parallel Surfaces Of 4 Inches Or Greater Of The Starting Material, Or When Required By A Drawing Or Specification Invoked Elsewhere In This Contract; performance - T9074-as-gib-010/271 Or Mil-std-2132, And Qq-n-286 acceptance - Qq-n-286 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. Repair Welding Is Not Permitted On ;qq-n-286, Astm-a494 Grade M30h, Or Mil-c-24723 Grade M30h Material; . Procedures And Qualification Data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.6 K-monel Fasteners - Material Must Be Heat Treated Per Qq-n-286. 3.6.1 Fasteners That Have Been Hot Or Cold Headed Or Roll Threaded Must Be Solution Annealed Followed By Age Hardening Subsequent To All Heading And Thread Rolling Operations. The Mechanical Properties On Certifications Must Be Actual Properties Of The annealed And Age Hardened Material And Must Meet The Requirements Of Qq-n-286. 3.6.2 Qq-n-286 Fasteners That Have Been Headed And/or Roll Threaded Must Not Beage Hardened Unless The Material Has Been Solution Annealed Subsequent To The Heading And Threading Operations. Threads Formed After The Final Age Hardening Heat Treatment Must Be cut Or Ground Only. 3.7 K-monel Fasteners - K-monel Externally Threaded Fasteners Must Have Mechanical Properties Determined In Accordance With Mil-dtl-1222. Test Results Must Include Tensile, Yield, Elongation And Hardness As Required By Mil-dtl-1222. (the Hardness Tests Must Be performed On A Full Size Fastener.) 3.7.1 Studs Require An Axial Tensile Test In Accordance With Mil-dtl-1222. 3.7.2 Headed Fasteners Require A Wedge Tensile Test As Specified Elsewhere In This Contract/purchase Order. 3.8 Wedge Tensile Test Specimens (headed Fasteners) - A Wedge Tensile Test Must Be Conducted On A Full Size Fastener For Each Production Lot And Reported Aspart Of The Mechanical Properties. The Required Specimens For The Wedge Tensile Test Must Be Separate fasteners From Those Required For The Yield Test. 3.8.1 Testing For Socket Head Cap Screws Must Be In Accordance Mil-dtl-1222, Paragraphs 4.5.2.3 And 4.5.2.3.1. 3.8.2 Testing For All Other Headed Fasteners With A Nominal Diameter Greater Than 1/4-inch Must Be In Accordance With Astm-f606 For Grades 5, 8, B7, And B16.for All Other Grades, The Following Wedge Angles Must Be Used. a. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Of 1/4-inch Through 1-inch (inclusive) Must Be Tested With A Ten Degree Wedge. b. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Over 1-inch Must Be Tested With A Six Degree Wedge. c. Fasteners That Are Of Grades 8, B7, B16, 410, 416, 416se, 431, And 630 And Are Threaded Within One Diameter To The Underside Of The Head Must Be Tested As Follows: sizes 1/4 Inch Through 3/4 Inch (inclusive) Use A Six Degree Wedgesizes Over 3/4 Inch Use A Four Degree Wedge d. Fasteners Which Have Passed Testing With Wedge Angles Greater Than Those Specified Should Be Considered Acceptable. 3.8.3 For Fasteners Having A Length Less Than The Minimum Specified In Table 1 Of Astm-f606, One "test Specimen Fastener" Must Be Manufactured From Each Lot Of Fasteners And Tested To Represent That Lot. The Length Of These Test Specimen Fasteners Must Meet the Minimum Specified In Table 1 Of Astm-f606 But Must Not Exceed It By More Than 1/4 Inch. Test Specimen Fasteners Must Be The Same Type, Style, And Diameter As The Production Lot And Must Be Manufactured From The Same Starting Material, Using The Same manufacturing Techniques As The Production Lot, And Must Be Heat Treated (if Required) Along With The Production Lot. 3.9 Specification Change - For Qq-n-281, Class B Material: 1 - Footnote 9 To Table Ii Of Qq-n-281 Does Not Apply. 2 - When Starting Material Is Round Bar Greater Than 3" Dia, The Mechanical Properties Of Hex Bar Apply. 3.10 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.11 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. 3.11.1 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. 3.11.2 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. 3.11.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.12 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test Of Qq-n-286 Must Be Performed By One Of The Following Laboratories: huntington Alloys, A Special Metals Company attn: Bill Bolenr 3200 Riverside Drive huntington, Wv 257059 phone: (304) 526-5889 fax: (304) 526-5973 metallurgical Consultants, Inc. attn: W. M. Buehler 4820 Caroline po Box 88046 houston, Tx 77288-0046 phone: (713) 526-6351 fax: (713) 526-2964 naval Surface Warfare Center, Carderock Division attn: Eric Focht Code 614 9500 Macarthur Blvd west Bethesda, Md 20817-5700 phone: (301) 227-5032 fax: (301) 227-5576 teledyne Allvac attn: Dr. W. D. Cao 2020 Ashcraft Ave. monroe, Nc 28110 phone: (704) 289-4511 fax: (704) 289-4269 westmoreland Mechanical Testing And Research Inc. attn: Andrew Wisniewski p.o. Box 388 youngstown, Pa 15696-0388 mannesmann Rohrenwerke mannesmann Forschungsinstitut (mfi) attn: Dr. Weiss postfach 251160 47251 Duisburg germany phone: 011-49-0203-9993194 fax: 011-49-0203-9994415 thyssenkrupp Vdm Usa, Inc. attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 houston, Tx 77065-4939 phone: (281) 955-6683 3.13 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. 3.13.1 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. 3.14 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. 3.15 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. 3.15.1 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. 3.15.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.15.3 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. 3.16 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. ^ Quality Assurance Requirements ^ 3.17 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. 3.18 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. 3.18.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.18.2 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'') 3.18.3 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. 3.18.4 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. 3.18.5 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. 3.18.6 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. 3.18.7 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. 3.18.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.18.9 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. 3.18.10 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. 3.18.11 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. 3.18.12 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. 3.19 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.19.1 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. 3.19.2 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. 3.19.3 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. 3.19.4 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. 3.19.5 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. 3.20 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. 3.20.1 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. 3.20.2 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. 3.21 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." 3.21.1 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. 3.21.2 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. 3.21.3 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. 3.21.4 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. 3.21.5 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. 3.22 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: 3.22.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.22.2 Inspection For Completeness And Proper Type. 3.22.3 Verification Of Material Quality Received. 3.22.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.22.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.22.6 Identification And Protection From Improper Use Or Disposition. 3.22.7 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. 3.22.8 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. 3.22.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.23 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. 3.23.1 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. 3.24 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. 3.24.1 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. 3.24.2 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. 3.24.3 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Assembly Identifying The Part number, Piece Number, Traceability Number, And The Location Of The Permanent Mark. 3.24.4 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ; 3.25 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: 3.25.1 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. 3.25.2 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 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.) 3.25.3 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. 3.25.4 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. 3.25.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.26 Material Handling - The Written Material Control Process Must Include The Following: 3.26.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.26.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.26.3 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. 3.26.4 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. 3.26.5 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. 3.26.6 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. 3.27 Receiving Inspection - 3.27.1 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. 3.27.2 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. 3.28 Discrepancy Reporting - 3.28.1 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). 3.29 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.29.1 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. 3.29.2 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. 3.29.3 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. 3.29.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.30 Additional Marking For Fasteners - Fasteners Must Be Marked In Accordance With ;mil-dtl-1222; . The Method Of Marking Must Be Types I, Ii, Iii, V, Viii Or Ix Of Mil-std-792 Except For Grades 410, 416 And 431 In The H Condition And Grades 8, 630, A574, and 4340 Which Must Be Marked By Method Ii When Marking Is Applied After The Final Heat Treatment. Markings On Fasteners That Are To Be Coated Must Be Marked Prior To Coating And Have A Minimum Depth Of 4 Mils. Traceability Marking Must Be Legible After The application Of Protective Compounds. 3.30.1 Marking Is Required For All Fasteners Regardless Of Size And Must Include The Material Symbol, The Manufacturer's Identification Symbol, And The Traceability Marking. Marking Must Be Applied On The Head Of Headed Fastener (top Preferred, Side location If Necessary). Self-locking Screws Must Also Be Marked With Six Dots. Where No Contract Invoked Specification Requirement Exists For This Marking, Self-locking Fasteners Must Be Marked With Six Dots Approximately .032" Diameter, Raised Or Depressed by Approximately .010" Located On The Top Perimeter Of The Head Of The Fastener In An Arc Or Circular Pattern. The Six Dots Must Be Distinguishable From All Other Required Markings. 3.30.2 Die Stamping Of Nickel-copper Alloy Or Copper-nickel Alloy Hose Fitting Components (excluding Tubing) Is Permitted In Noncritical Low Stress Areas Subject To Compliance With Die Stamp Requirements And Impression Depth Limitations Imposed By mil-std-792. 3.31 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 - Jun 28 2012 - Updated Ut Of Qq-n-286 Bar 4" And Over - Dec 17 2011 - Expanded Thread Cutting Requirements - 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.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents 
Details: Combined Synopsis/solicitation Notice combined Synopsis/solicitation Notice page 3 Of 11 combined Synopsis/solicitation Notice *= Required Field combined Synopsis/solicitation Notice page 1 Of 9 description combined Synopsis/solicitation Notice combined Synopsis/solicitation Notice page 11 Of 11 combined Synopsis/solicitation Notice *= Required Field combined Synopsis/solicitation Notice page 1 Of 10 page 1 Of this Is A Combined Synopsis/solicitation For Commercial Products Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Is A Brand Name Or Equal To Request For Quote (rfq), And The Solicitation Number Is 36c26025q0159. The Government Anticipates Awarding A Firm-fixed Price Supply Order From This Solicitation. this Is A Solicitation For A Smart Mattress, Base Frame, Mattress Cover, Remote And Set-up. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-02 January 3, 2025. this Solicitation Is An Unrestricted Open Market Solicitation. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 337910, With A Small Business Size Standard Of 1000 Or Fewer Employees, And The Psc Is 6530. all Interested Companies Shall Provide Quotations That Are Brand Name Or Equal To Sleep Number As Follows: quantity manufacturer Part description 6 i2p5 sleep Number New P5 360 Queen Smart Mattress 60 X80 6 sleep Number New Flexfit 2 Queen Bed Base 6 424201 sleep Number Total Encasement Mattress Cover For Smart Beds Queen 6 126016 sleep Number New Smart Remote Compatible With Mattress And Frame 1 sleep Number Half Day Delivery Install Set Up standard Warranty Shall Apply To All Parts Listed. A 15 Year Warranty Is Desired. must Meet All Required Federal Mandates For Medical Use. salient Characteristics queen Smart Mattress: 60 X 80 weight Capacity: Supports Up To 550 Lb. adjustable Firmness includes Air Hoses And A Power Supply To In/deflate Mattress power Supply Compatible With A 100 240 Vac Grounded Wall Socket must Be Compatible With Adjustable Base breathable queen Bed Base: weight Capacity: Can Support A Working Load Of Mattress, Mattress Cover, System Hardware And An Additional 550 Lb adjustable To Multiple Positions, Including Supine To Upright Head Position And Varied Levels Of Foot Positions. designed For And Supports Queen Mattress includes An Electric Control System, Power Cord Connections And Cables total Encasement Mattress Cover: washable, Zippered Cover Fully Encases Mattress And Hose Openings. waterproof And Will Block Bed Bugs, Dust Mites And Allergens smart Remote: hand Control That Adjusts Firmness Of Mattress And The Position Of The Base (hardwired To The Bed Is Desired, But Not Required) compatible With Smart Frame And Mattress delivery/install Set-up: deliver And Assemble Complete Bed Packages To Va Medical Center American Lake Sleep Lab, Set Up Beds In Designated Rooms And Haul Away Packaging, Old Mattresses And Frames coordinate With Poc At Sleep Lab For Delivery Times 52.211-6â brand Name Or Equal. as Prescribed Inâ 11.107(a), Insert The Following Provision: brand Name Or Equalâ (aug 1999) (a)â if An Item In Thisâ solicitationâ is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal"â productsâ mustâ meet Are Specified In Theâ solicitation. (b)â to Be Considered For Award,â offersâ of "equal"â products, Including "equal"â productsâ of The Brand Name Manufacturer,â must- (1)â meet The Salient Physical, Functional, Or Performance Characteristic Specified In Thisâ solicitation; (2)â clearly Identify The Item By- (i)â brand Name, If Any; And (ii)â make Or Model Number; (3)â includeâ descriptive Literatureâ such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To Theâ contracting Officer; And (4)â clearly Describe Any Modifications Theâ offerorâ plans To Make In A Product To Make It Conform To Theâ solicitationâ requirements. Mark Any Descriptive Material To Clearly Show The Modifications. (c)â theâ contracting Officerâ will Evaluate "equal"â productsâ on The Basis Of Information Furnished By Theâ offerorâ or Identified In Theâ offerâ and Reasonably Available To Theâ contracting Officer. Theâ contracting Officerâ is Not Responsible For Locating Or Obtaining Any Information Not Identified In Theâ offer. (d)â unless Theâ offerorâ clearly Indicates In Itsâ offerâ that The Product Being Offered Is An "equal" Product, Theâ offerorâ shallâ provide The Brand Name Product Referenced In Theâ solicitation. (end Of Provision) delivery Fob Destination Is Preferred, 30-60 Days After Receipt Of Order. All Deliveries Will Be Coordinated With The Puget Sound Va Medical Center Point Of Contact. place Of Delivery: department Of Veterans Affairs va Puget Sound american Lake Medical Center 9600 Veterans Dr. tacoma, Wa 98493 . the 6 Rooms Within The Sleep Lab Located At The American Lake Campus: Room Numbers Are 301,303,304,305,306,307. the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products addendum To Far 52.212-1 Instructions To Offerors Commercial 52.204-7 system For Award Management (oct 2018) 52.204-16 commercial And Government Entity Code Reporting (aug 2020) 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.211-6 brand Name Or Equal (aug 1999) 52.212-3 offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) 52.225-2 buy American Certificate (oct 2022) 52.252-1 provisions Incorporated By Reference (feb 1998) vaar Provisions: 852.239-75 information And Communication Technology Accessibility Notice (feb 2023) (a) Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts) For Va Medical Centers. No Remanufactures Or Gray Market Items Will Be Acceptable. (b) Offeror Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions. (c) The Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract. Accordingly, The Va Reserves The Right Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Medical Facility Upon Discovery Of Such Items. (d) Any Award Made As A Result Of This Solicitation Will Be Made On An All Or Nothing Basis. (e) Offerors Are Warned Against Contacting Any Va Personnel Other Than The Contracting Officer And Contract Specialist Prior To Placement Of Any Award Made Resulting From This Rfq. If Such Contact Occurs And Found To Be Prejudicial To Competing Contractors, The Offeror Making Such Contact May Be Excluded From Award Considerations. (f) All Proprietary Information Shall Be Clearly And Properly Marked. If The Offeror Submits Annexes, Documentation, Attachments, Or The Like, Not Specifically Required By This Solicitation, Such Will Count Against The Offeror S Page Limitations Unless Otherwise Indicated In The Specific Volume Instructions Below. (g) All Information Shall Be Confined To The Appropriate File. The Offeror Shall Confine Submissions To Essential Matters, Sufficient To Define The Quote And Provide An Adequate Basis For Evaluation. Offerors Are Responsible For Including Sufficient Details, In A Concise Manner, To Permit A Complete And Accurate Evaluation Of Each Quote. (end Of Addendum To 52.212-1) far 52.212-2, Evaluation-commercial Items : The Government May Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. In Accordance With Far 9.104-2, The Special Standards Of Responsibility Described Below Apply To This Procurement. Offerors Who Fail To Meet Any Special Standards Of Responsibility Will Not Be Eligible To Receive Contract Award. The Following Factors Shall Be Used To Evaluate Offers: special Standards Of Responsibility: (per Far 9.104-2) The Following Special Standards Of Responsibility Apply To This Procurement: sp1: Offeror Must Be A Manufacturer Authorized Provider For The Items Provided. A Letter From The Manufacturer Stating Such Must Be Included With Any Response To This Solicitation. price (a) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offeror's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. far 52.213-3 Offerors Are Advised To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer If Has Not Been Completed On Sam.gov. Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. all Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Must Be Registered/certified With The U.s Small Business Administration At Veteran Small Business Certification Veteran Small Business Certification (sba.gov). the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products (oct 2018) addendum To Far 52.212-4 The Following Clauses Are Included As A Part Of The Addendum: http://www.acquisition.gov/far/index.html (far) http://www.va.gov/oal/library/vaar/index.asp (vaar) 52.203-17 contractor Employee Whistleblower Rights (nov 2023) 52.204-13 system For Award Management Maintenance (oct 2018) 52.204-18 commercial And Government Entity Code Maintenance (aug 2020) 52.219-6 notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644) 52.225-1 (buy American Supplies) 52.232-40 providing Accelerated Payments To Small Business Subcontractors (dec 2013) 52.233-3 protest After Award (aug 1996) (31 U.s.c. 3553). 52.252-2 clauses Incorporated By Reference (feb 1998) vaar Clauses: 852.203-70 commercial Advertising (may 2018) 852.212-71 gray Market Items (nov 2018) 852.232-72 electronic Submission Of Payment Requests (nov 2018) 852.239-76 information And Communication Technology Accessibility (feb 2023) 852.242-71 administrative Contracting Officer (oct 2020) 852.246-71 rejected Goods (oct 2018) 852.247-73 packing For Domestic Shipment (oct 2018) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products (mar 2023) the Following Subparagraphs Of Far 52.212-5 Are Applicable And Incorporated By Reference: 52.204-10 52.204-27 reporting Executive Compensation & First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note) prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328) 52.209-6 protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021) (31 U.s.c. 6101 Note) 52.219-6 notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644). 52.219-28 52.219-27 post Award Small Business Program Representation (mar 2023) (15 U.s.c 632(a)(2)) notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) 52.222-3 52.222-19 convict Labor (jun 2003) (e.o. 11755) child Labor Cooperation With Authorities And Remedies (feb 2024) (e.o. 13126) 52.222-21 prohibition Of Segregated Facilities (apr 2015) 52.222-26 equal Opportunity (sep 2016) (e.o. 11246) 52.222-36 equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793) 52.222-50 combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627) 52.223-18 encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513) 52.225-1 buy American-supplies (oct 2022) (41 U.s.c. Chapter 83) 52.225-13 restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury) 52.226-8 encouraging Contractor Policies To Ban Text Messaging While Drivingâ (mayâ 2024)â  52.232-33 payment By Electronic Funds Transfer System For Award Management (jul 2018) (31 U.s.c. 3332) 52.240-1 prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities (nov 2024) (sections 1821-1826, Pub. L. 118-31, 41 U.s.c. 3901 Note Prec.) all Quoters Shall Submit According To The Following: quotes Must Be Emailed To Rachel.richardson@va.gov And Received No Later Than 3:00 Pm Pst On 01/08/2025. Quotes May Be Submitted On This Document Or The Vendor S Own Form And Must Include, If Not The Manufacturer, An Authorized Distributor Letter, And A Completed Buy American Certificate. Any Offer That Does Not Provide The Supporting Documentation May Be Considered Non-responsive. Required Supporting Documentation And Information: authorized Distributor Letter If Not The Manufacturer completed Buy American Certificate certification That Equipment Meets/exceeds The Salient Characteristics Of The Desired Brand Above delivery Date warranty Details the Government Intends To Make Award Without Discussions. for Information Regarding The Solicitation, Please Contact Rachel Richardson At Rachel.richardson@va.gov. (end Of Provision) mandatory Electronic Invoicing va Published The Final Rule Requiring Vendors To Submit Invoices Electronically To The Financial Services Center (fsc) In The November 27, 2012 Federal Register. The Rule Became Effective December27,2012.the Rule Includes A New Contract Clause To Be Inserted In All Solicitations And Contracts By The Contracting Officer (vaar 852.232-72). Vendors Can Comply With The Rule By Using Either Of The Two Methods Below: facsimile, E-mail, And Scanned Documents Are Not Acceptable Forms Of Submission For Payment Requests. Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods Below: va S Electronic Invoice Presentment And Payment System The Fsc Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electronic Invoice Submission. Please Go To This Website:http://www.tungsten-network.com/us/en/veterans-affairs/to Begin Submitting Electronic Invoices, Free Of Charge. a System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established Bythe Accredited Standards Center (asc) Chartered By The American National Standards Institute (ansi). The X12 Edi Web Site (http://www.x12.org). vendor E-invoice Set-up Information: please Contact Tungsten At The Phone Number Or Email Address Listed Below To Begin Submitting Your Electronic Invoices To The Va Financial Services Center For Payment Processing, Free Of Charge. If You Have Question About The E-invoicing Program Or Tungsten, Please Contact The Fsc At The Phone Number Or Email Address Listed Below: tungstene-invoicesetupinformation:1-877-489-6135 tungstene-invoiceemail:va.registration@tungsten-network.com fsce-invoicecontactinformation:1-877-353-9791 fsce-invoiceemail:vafsccshd@va.gov

Municipality Of Los Ba os, Laguna Tender

Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 812 K (USD 13.8 K)
Details: Description I. Office Of The Mayor/hrmo(253,640.00) Laptop 1 Unit Os: Windows 11 Home Color: Mica Silver 12th Generation Intel®core? I5 Processor Intel®core I5-12500h(up To 4.5 Ghz W/ Intel®turbo Boost Technology(2g), 18mb L3 Cache, 12 Cores, 16 Threads) Intel Integrated Soc 16 Gb Ddr5-4800 Mhz Ram(2x8gb) 512 Gb Pcie® Nvme? Tlcm.2 Ssd 40.9cm(16.1") Diagonal, Fhd(1920x1080), 144hz,ips,microedge,anti-glare,250 Nits,45% Ntsc Audio By B&o; Dual Speakers; Hp Audio Boost Dimension: 37x26x2.35cm Ports:1 Superspeed Usb Type-c® 5gbps Signaling Rate(usb Power Delivery, Displayport? 1.4, Hp Sleep And Charge); 1superspeed Usb Type-a 5gbps Signaling Rate(hp Sleep And Charge); 2superspeed Usb Type-a 5gbps Signaling Rate; 1hdmi 2.1; 1 Rj-45; 1 Ac Smart Pin; 1 Headphone/microphone Combo With Backpack 1 Year Warrranty Desktop Pc W/ Oem Licensed Windows 11 Os 2 Unit 12th Gen Intel Core I3-12100(4-core,12mb Cache, Up To 4.3ghz Intel Uhd Graphics 8gb Ddr4-3200 Mhz Sdram 256gb M.2 Pcle Nvme Ssd+1tb 7200 Rpm Hdd 21.5" Full Hd (1920x1080) Led-backlit Lcd Monitor 2x Usb 2.0 (front) 2x Usb 3.2 Gen 1 Type A (front) 1x Hdmi 1x Vga 2x Usb 3.2 Gen 1 Type A (rear) 2x Usb 2.0(rear) 1x Rj45 Gigabit Ethernet 1x Media Card Reader 1x Combo Audio Jack 1x Line Out Oem 300w True-rated Psu Oem Wired Optical Mouse & Keyboard Integrated Wi-fi 6 802.11ax, .mu-mimo + Bluetooth (oem) Oem Windows 11 Home(64bit) Single Language English 1 Year Warranty High Speed And Heavy Duty A3 Scanner(duplex Sheet-fed Document Scanner) 1 Unit Scan At Speeds Up To 85ppm/170ipm(one-pass Duplex) Scan From 27gsm To 413gsm Scan Up To A3 1.44" Colour Lcd Sensor Type: Contact Image Sensor(cis) Scanning Method: Fixed Carriage & Moving Document Optical Resolution: 600x600dpi Min Document Size: 50.8 X 50.8 Mm Daily Scan Volume: Up Tp 9,000 Pages/day Adf Capacity: 100 Sheets (80g/m2) Interface: Usb 3.0 1 Year Warranty Ii. Records Management Office (188,400.00) 1 Branded Desktop Pc W/ Oem Licensed Windows 11 Os 2 Unit 12th Gen Intel Core I5-12100(6-core,18mb Cache, Up To 4.4ghz) Intel Uhd 630graphics 8gb Ddr4-3200 Mhz Sdram 512gb M.2 Pcle Nvme Solid State Drive (or 256gb M.2pcie Nvmessd = 1tb 7200 Rpm Hdd) 24" Full Hd (1920x1080) 75hzled-backlit Lcd Monitor 3x Usb 3.2 Gen 1 Type A Port 1x Usb 3.2 Gen 1 Type C Port 4x Usb 2.0 Port 1x Combo Audio Jack 1x Line Out Port 1x Hdmi 1.4b Port 1x Vga Port 1x Rj45 Gigabit Ethernet 1x Media Card Reader Oem 300w True-rated Psu Oem Wired Optical Mouse & Keyboard Integrated Wi-fi 6 802.11ax, .mu-mimo + Bluetooth (oem) Oem Windows 11 Home(64bit) Single Language English 1 Year Warranty 2 A3 All-in-one Inkjet, Color, Duplex, Wi-fi Printer 1 Unit Ink Tank System And Automatic Printer Type: Print, Scan, Copy, Fax With Adf Printing Technology: Print Method: Precisioncoretm Printhead Minimum Ink Droplet Volume:3.8 Pl Print Direction:bi-directional Printing Nozzle Configuration:800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution:4800 X 2400 Dpi Automatic 2-sided Printing:yes (up To A3) Print Speed: Photo Default - 10 X 15 Cm / 4 X 6 " *1:approx. 43 Sec Per Photo (border) / 52 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour):up To 32.0 Ppm / 22.0 Ppm *2 Iso 24734, A4 Simplex (black / Colour):up To 25.0 Ipm / 12.0 Ipm *2 Iso 24734, A4 Duplex (black / Colour):up To 16.0 Ipm / 9.0 Ipm *2 Iso 24734, A3 Simplex (black / Colour):up To 13.5 Ipm / 6.0 Ipm *2 Iso 24734, A3 Duplex (black / Colour):up To 10.0 Ipm / 5.0 Ipm *2 Copy Function: Reduction / Enlargement:25 - 400% Maximum Copy Size:a3 "copy Resolution:600 X 600 Dpi Max Copies:999 Copies" Copying: Iso 29183, A4 Simplex Flatbed (black / Colour):up To 23.0 Ipm / 10.0 Ipm Iso 24735, A4 Simplex Adf (black / Colour):up To 22.5 Ipm / 10.0 Ipm Iso 24735, A4 Duplex Adf (black / Colour):up To 15.5 Ipm / 7.5 Ipm Scanning: Scanner Type:flatbed Colour Image Scanner Sensor Type:cis Optical Resolution:1200 X 2400 Dpi "maximum Scan Area:297 X 431.8 (mm) Scanner Bit Depth (colour):48-bit Input, 24-bit Output Scanner Bit Depth (grayscale):16-bit Input, 8-bit Output Scanner Bit Depth (black & White):6-bit Input, 1-bit Output" Scan Speed:(flatbed / Adf (simplex | Duplex)):200dpi, Black: 5 Sec / Up To 26.0 Ipm | 11.5 Ipm 200dpi, Colour: 10 Sec / Up To 9.0 Ipm | 6.0 Ipm Adf Specifications: "support Paper Thickness: 64-95 G/m2 Paper Capacity: 50 Sheets" Fax Function: "type Of Fax:walk-up Black-and-white And Colour Fax Capability Receive Memory / Page Memory:6mb, Page Memory Up To 550 Pages Error Correction Mode: Itu-t T.30" "fax Speed (data Transfer Rate):up To 33.6 Kbps, Approx.3 Sec/page Fax Resolution:up To 200 X 200 Dpi Transmission Paper Size (flatbed):a5, A4, A3, B5, B4, Half Letter, Letter, Legal, 11 X 17"" Transmission Paper Size (adf): A5, A4, A3, B5, B4, Half Letter, Letter, Legal, 11 X 17"" Receiving Paper Size:half Letter, A5, B5, A4, Letter, Legal, B4, 11 X 17”, A3, A3+ Speed Dial / Group Dial:up To 200 Numbers, 199 Groups Fax Features:pc Fax (transmission/receive), Automatic Redial, Address Book, Broadcast Fax (mono Only), Transmit Reservation, Polling Reception, Fax Preview, Memory Reception, Fax To Email, Fax To Folder, Automatic 2-sided Fax" Paper Handling: "paper Feed Method:friction Feed Number Of Paper Trays:3 (front 2, Rear 1)" "standard Paper Input Capacity: Cassette 1: 250 Sheets For A4 Plain Paper (80g/m2)" 50 Sheets For Premium Glossy Photo Paper "cassette 2: 250 Sheets For A4 Plain Paper (80 G/m2) Rear Slot: 50 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper" "output Capacity:125 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper Maximum Paper Size:329 X 6000 Mm" Paper Sizes:a3, Super B (13 X 19"), Indian Legal, Letter, A4, 16k (195 X 270mm), 8k (270 X 390mm), Executive (7.25 X 10.5"), B4, B5, A5, B6, A6, 8.5 X 13", 5 X 7", 4 X 6", 8 X 10", Legal (8.5 X 14"), 16:9 Wide, Envelopes: #10, Dl, C6, C4 Print Margin:3mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver Card Slot / Usb Host Function: Type Of Direct Printing:usb Memory "supported Os:windows Xp / Vista / 7 / 8 / 8.1 / 10, Windows Server 2003 / 2008 / 2012 / 2016 / 2019 Mac Os X 10.6.8 Or Later" Noise Level:pc Printing / Plain Paper Default *3:sound Power (black / Colour) 6.7 B(a) / 6.2 B(a), Sound Pressure (black / Colour) 52 Db(a) / 47 Db(a) "dimensions (w X D X H):515 X 500 X 350mm Weight:20.7kg" Interface: "usb:usb 2.0 Network:ethernet, Wi-fi Ieee 802.11 B/g/n, Wi-fi Direct Network Protocol:tcp/ipv4, Tcp/ipv6 Network Management Protocols:snmp, Http, Dhcp, Bootp, Apipa, Ping, Ddns, Mdns, Sntp, Slp, Wsd, Lltd" Power: "rated Voltage:ac 220 - 240 V Rated Frequency:50 - 60 Hz Power Consumption:operating: 19.0 W Standby: 9.1 W Sleep: 0.8 W Power Off: 0.2 W" Lcd Screen:4.3" Colour Lcd Touch Screen 1 Year Warranty Iii. Mho (370,000.00) 1 Server 1 Unit With 4 X 3.5" Hard Drive Chasis Rack Server Intel Xeon E-2324 3.1 Ghz 8m Cache 16gb Udimm 3200mt/s 2tb Drive Sas Ise Tmp2.0 V3 Idrac9 Express 15g Perc H755, Black Feature Technical Specifications Processor Intel Xeon E-2324 3.1 Ghz, 8m Cache, Memory • 16gb Udimm, 3200 Mt/s • Supports Unregistered Ecc Ddr4 Dimms Only Storage Controllers • Internal Controllers (raid): Perc H355, Perc H355f, Perc H345, Perc H345f, H755, H755f, Hba355i, Hba355f, S150 • Internal Boot: Internal Dual Sd Module Or Usb Or Boot Optimized Storage Subsystem (boss-s2): Hwraid 2 X M.2 Ssds • External Hbas (non-raid): Hba355e Drive Bays Front Bays: • With 4 X 3.5" Hard Drive Chasis Rack Server Power Supplies • 600w Platinum 100-240 Vac Or 240 Vdc Redundant, Hot Swap Cooling Options Air Cooling Fans Up To Four Fans With Full Redundancy Dimensions • Height – 42.8 Mm (1.69 Inches) • Width – 482 Mm (18.98 Inches) • Depth – 585.3 Mm (23.04 Inches) Without Bezel 598.94 Mm (23.58 Inches) With Bezel Form Factor 1u Rack Server Embedded Management • Idrac9 • Idrac Direct • Idrac Restful Api With Redfish • Idrac Service Module Bezel Optional Lcd Bezel Or Security Bezel Openmanage Software • Openmanage Enterprise • Openmanage Power Manager Plugin • Openmanage Supportassist Plugin • Openmanage Update Manager Plugin Mobility Openmanage Mobile Integrations And Connections Openmanage Integrations • Bmc Truesight • Microsoft System Center • Red Hat Ansible Modules • Vmware Vcenter And Vrealize Operations Manager Openmanage Connections • Ibm Tivoli Netcool/omnibus • Ibm Tivoli Network Manager Ip Edition • Micro Focus Operations Manager • Nagios Core • Nagios Xi Security • Cryptographically Signed Firmware • Secure Boot • Secure Erase • Silicon Root Of Trust • System Lockdown (requires Idrac9 Enterprise Or Datacenter) • Tpm 1.2/2.0 Fips, Cc-tcg Certified, Tcm 2.0 Optional Embedded Nic 2 X 1 Gbe Lom Network Options Na Ports Front Ports • 1 X Idrac Direct (micro-ab Usb) Port • 1 X Usb 2.0 Rear Ports • 1 X Usb 2.0 • 1 X Idrac Ethernet Port • 1 X Usb 3.0 • 1 X Serial Port • 1 X Vga Internal Ports • 1 X Usb 3.0 (optional) Pcie 3 Pcie Slots: • 1x8 Gen4 (x16 Connector) Low Profile, Half Length • 1x8 Gen4 (x8 Connector) Low Profile, Half Length • 1x4 Gen4 (x8 Connector) For Dedicated Perc Only Operating System And Hypervisors • Microsoft Windows Server With Hyper-v 2 Branded Laptop W/ Licensed Os 2 Units Black Amd 16gb Ddr4/ 512gb M.2 Nvme Pcie Ssd/ Graphics: 15.6" Fhd Display: Amd Radeon Graphics Windows 10 Pro 64bit /webcam / Wifi / Bt / Lan / Audio Port /usb 3.0/usb Type-c/hdmi/laptop Operating System: Ryzen 7 5825u Audio: High Definition (hd) Audio, Speakers: Stereo Speakers, 1.5w X2 Microphone: Dual-microphone Array With Noise-cancelling Camera: Hd 720p, With Privacy Shutter, Fixed Focus "battery: Integrated Li-polymer 38wh Battery, Supports Rapid Charge (charge Up To 80% In 1hr) Integrated Li-polymer 45wh Battery, Supports Rapid Charge (charge Up To 80% In 1hr)" Max Battery Life: 10.3hrs "power Adapter: 65w Round Tip (3-pin) Ac Adapter, 100-240v, 50-60hz 65w Usb-c (2-pin) Ac Adapter, Supports Pd 3.0, 100-240v, 50-60hz 65w Usb-c (3-pin) Ac Adapter, Supports Pd 3.0, 100-240v, 50-60hz" Keyboard: 6-row, Spill-resistant, Multimedia Fn Keys, Smb Service Hot Key, Numeric Keypad Backlight: Non-backlight Touchpad: Surface Multi-touch Touchpad, Supports Precision Touchpad (ptp), 69 X 104 Mm (2.72 X 4.09 Inches) Dimensions: 359 X 236 X 19.9 Mm (14.13 X 9.29 X 0.78 Inches) "surface Treatment: Imr (in-mold Decoration By Roller) Texture" Ehternet: Gigabit Ethernet, 1x Rj-45, Supports Wake-on-lan "wlan + Bluetooth: Wlan + Bluetooth**[1] 802.11ac 2x2 Wi-fi® + Bluetooth® 5.1, M.2 Card Wi-fi 6, 802.11ax 2x2 Wi-fi + Bluetooth 5.1, M.2 Card" "1x Usb 2.0 1x Usb 3.2 Gen 1 1x Usb-c 3.2 Gen 1 (support Data Transfer, Power Delivery 3.0 And Displayport™ 1.2) 1x Hdmi 1.4b 1x Ethernet (rj-45) 1x Headphone / Microphone Combo Jack (3.5mm) 1x Power Connector" Security Chip: Firmware Tpm 2.0 Integrated In Soc Camera Privacy Shutter ** One Year Warranty **7 Days Replacement ****nothing Follows**** Bid Amount Shall Not Exceed The Approved Budget Of Each Department / Office

DEPT OF THE NAVY USA Tender

Machinery and Tools...+1Chemical Products
United States
Closing Date22 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Far Part 13 Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. request For Quotation (rfq) N5523625q0040 Is Issued As A Total Small Business Set-aside. The Subject Solicitation Is Being Processed Using Far Part 12 And 13. Any Quote From A Large Business Is Ineligible For Award. The Applicable North American Industry Classification System (naics) Code Is 332911 – Industrial Valve Manufacturing. this Solicitation Documents And Incorporates Provisions And Clauses That Are Those In Effect Through Federal Acquisition Circular 2024-07 (effective 30 September 2024) And Dfars Publication Notice 20241001. description: Southwest Regional Maintenance Center (swrmc) Requires Procurement And Delivery Of Long Lead Time Material (lltm) In Support Of Swrmc At Naval Base San Diego As Follows: Quote Shall Provide Lltm Delivery Date. see Product Description the Full Text Of Far And Dfar References, Provisions And Clauses May Be Accessed At Https://acquisition.gov. the Following Provisions And Clauses Apply To This Acquisition And Will Be Incorporated Into Any Resultant Purchase Or Delivery Order. c-202-h001 Additional Definitions – Basic (navsea) Oct 2018 c-204-h001 Use Of Navy Support Contractors For Official Contract Files (navsea) Oct 2018 c-211-h017 Updating Specifications And Standards (navsea) Dec 2018 c-211-h018 Approval By The Government (navsea) Jan 2019 c-211-h019 Commonality And Standardization (navsea) Feb 2022 c-215-h002 Contractor Proposal (navsea) Oct 2018 c-223-h003 Exclusion Of Mercury (navsea) Mar 2019 c-247-h001 Permits And Responsibilities (navsea) Dec 2018 d-211-h004 Identification Marking Of Parts -- Basic (navsea) Oct 2018 d-211-h005 Identification Marking Of Parts -- Alternate I (navsea) Oct 2018 d-246-h002 Warranty Notification For Item(s) ____-- Basic (navsea) Oct 2018 d-246-h003 Warranty Notification For Item(s) ____-- Alternate I (navsea) Apr 2024 d-247-h004 Marking And Packing List(s) – Basic (navsea) Feb 2022 d-247-h005 Marking And Packing List(s) – Alternate I (navsea) Oct 2018 d-247-w001 Prohibited Packing Materials (navsea) Oct 2018 52.246-2 Inspections Of Supplies – Fixed Price Aug 1996 52.246-11 Higher-level Contract Quality Requirement Dec 2014 52.246-16 Responsibilities For Supplies Apr 1984 e-246-h022 Inspection And Test Records (navsea) Jan 2019 52.242-15 Stop-work Order Aug 1989 52.242-17 Government Delay Of Work Apr 1984 52.247-34 F.o.b. Destination Nov 1991 f-242-h001 Contractor Notice Regarding Late Delivery (navsea) Oct 2018 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports Dec 2018 252.232-7006 Wide Area Work Flow Payment Instructions Jan 2023 g-232-h002 Payment Instructions And Contract Type Summary For Payment Office (navsea) Feb 2024 g-232-h005 Supplemental Instructions Regarding Invoicing (navsea) Jan 2019 g-242-h001 Government Contract Administration Points Of Contact And Responsibilities (navsea) Oct 2023 g-242-h002 Hours Of Operation And Holiday Schedule (navsea) Jul 2021 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements Jan 2017 52.204-7 System For Award Management Oct 2018 52.204-19 Incorporation By Reference Of Representations And Certifications Dec 2014 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment Nov 2021 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment Nov 2021 52.204-26 Covered Telecommunications Equipment Or Services-representation Oct 2020 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations Nov 2015 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under And Federal Law Feb 2016 52.212-4 Contract Terms And Conditions--commercial Items Nov 2023 52.232-39 Unenforceability Of Unauthorized Obligations Jun 2013 52.232-40 Providing Accelerated Payments To Small Business Subcontractors Mar 2023 52.252-2 Clauses Incorporated By Reference Feb 1998 52.252-6 Authorized Deviations In Clauses Nov 2020 252.203-7000 Requirements Relating To Compensation To Former Dod Officials Sep 2011 252.203-7002 Requirements To Inform Employees Of Whistleblower Rights Dec 2022 252.203-7005 Representation Relating To Compensation Of Former Dod Officials Sep 2022 252.204-7000 Disclosure Of Information Oct 2016 252.204-7003 Control Of Government Work Product Apr 1992 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls Oct 2016 252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident information Jan 2023 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting Jan 2023 252.204-7015 Notice Of Authorized Disclosure Of Information By Litigation Support Jan 2023 252.204-7019 Notice Of Nistsp 800-171 Dod Assessment Requirements Nov 2023 252.204-7020 Nist Sp 800-171dod Assessment Requirements Nov 2023 252.204-7021 Cybersecurity Maturity Model Certification Requirements Jan 2023 252.204-7022 Expediting Contract Closeout May 2021 252.204-7024 Notice On The Use Of The Supplier Performance Risk System Mar 2023 252.211-7003 Item Unique Identification And Valuation Jan 2023 252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors Jan 2023 252.223-7008 Prohibition Of Hexavalent Chromium Jan 2023 252.225-7000 Buy American – Balance Of Payments Program Certificate Feb 2024 252.225-7001 Buy American And Balance Of Payment Program Feb 2024 252.225-7002 Qualifying Country Sources As Subcontractors Mar 2022 252.225-7048 Export Controlled Items Jun 2013 252.232-7010 Levies On Contract Payments Dec 2006 252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel Jan 2023 252.244-7000 Subcontracts For Commercial Items Nov 2023 252.246-7003 Notification Of Potential Safety Issues Jan 2023 252.247-7023 Transportation On Supplies By Sea Oct 2024 52.212-5 – Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Products And Commercial Services (may 2024) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (3) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: ___1) 52.203-6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (nov 2021) (41 U.s.c. 4704 And 10 U.s.c. 4655). ___2) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). ___3) 52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). ___4) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far 3.900(a) _x__5) 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note). ___6) [reserved] ___7) 52.204-14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111-117, Section 743 Of Div. C). ___8) 52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111-117, Section 743 Of Div. C). _x_9) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328). ___10) 52.204-28, Federal Acquisition Supply Chain Security Act Orders—federal Supply Schedules, Governmentwide Acquisition Contracts, And Multi-agency Contracts. (dec 2023) (pub. L. 115–390, Title Ii). ___11) (i) 52.204-30, Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023) (pub. L. 115–390, Title Ii). ___ (ii) Alternate I (dec 2023) Of 52.204–30. __x_12) 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021) (31 U.s.c. 6101 Note). ___13) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313). ___14) [reserved]. _ _15) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (oct 2022) (15 U.s.c. 657a). ___16) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a). ___17) [reserved] _x__18) (i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644). ___ (ii) Alternate I (mar 2020) Of 52.219-6. ___19) (i) 52.219-7, Notice Of Partial Small Business Set-aside (nov 2020) (15 U.s.c. 644). ___ (ii) Alternate I (mar 2020) Of 52.219-7. ___20) 52.219-8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c. 637(d)(2) And (3)). ___21) (i) 52.219-9, Small Business Subcontracting Plan (sep 2023) (15 U.s.c. 637(d)(4)). ___ (ii) Alternate I (nov 2016) Of 52.219-9. ___ (iii) Alternate Ii (nov 2016) Of 52.219-9. ___ (iv) Alternate Iii (jun 2020) Of 52.219-9. ___ (v) Alternate Iv (sep 2023) Of 52.219-9. ___22) (i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)). ___ (ii) Alternate I (mar 2020) Of 52.219-13. _x_23) 52.219-14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 637s). ___24) 52.219-16, Liquidated Damages—subcontracting Plan (sep 2021) (15 U.s.c. 637(d)(4)(f)(i)). __ 25) 52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) ( 15 U.s.c. 657f). _x_26) (i) 52.219-28, Post Award Small Business Program Representation (feb 2024) (15 U.s.c. 632(a)(2)). ___ (ii) Alternate I (mar 2020) Of 52.219-28. __ 27) 52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.s.c. 637(m)). ___28) 52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15 U.s.c. 637(m)). ___29) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)). _x__30) 52.219-33, Nonmanufacturer Rule (sep 2021) (15 U.s.c. 637(a)(17)). ___31) 52.222-3, Convict Labor (jun 2003) (e.o.11755). _x_32) 52.222-19, Child Labor-cooperation With Authorities And Remedies (feb 2024). _x_33) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). _x_34) (i) 52.222-26, Equal Opportunity (sep 2016) (e.o.11246). ___ (ii) Alternate I (feb 1999) Of 52.222-26. ___35) (i) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). ___ (ii) Alternate I (jul 2014) Of 52.222-35. _x_36) (i) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). ___ (ii) Alternate I (jul 2014) Of 52.222-36. ___37) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). ___38) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). _x_39) (i) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). ___ (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). ___40) 52.222-54, Employment Eligibility Verification (may 2022) (executive Order 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.) ___41) (i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa–designated Items (may 2008) (42 U.s.c. 6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) ___ (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). ___42) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (may 2024) (42 U.s.c. 7671). ___43) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (may 2024) (42 U.s.c. 7671). ___44) 52.223-20, Aerosols (may 2024) (42 U.s.c. 7671). ___45) 52.223-21, Foams (may 2024) (42 U.s.c. 7671). _x_46) 52.223-23, Sustainable Products And Services (may 2024) (e.o. 14057, 7 U.s.c. 8102, 42 U.s.c. 6962, 42 U.s.c. 8259b, And 42 U.s.c. 7671l). ___47) (i) 52.224-3 Privacy Training (jan 2017) (5 U.s.c. 552 A). ___ (ii) Alternate I (jan 2017) Of 52.224-3. ___48) (i) 52.225-1, Buy American-supplies (oct 2022) (41 U.s.c. Chapter 83). ___ (ii) Alternate I (oct 2022) Of 52.225-1. ___49) (i) 52.225-3, Buy American-free Trade Agreements-israeli Trade Act (nov 2023) ( 19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. ___ (ii) Alternate I [reserved]. ___ (iii) Alternate Ii (dec 2022) Of 52.225-3. ___ (iv) Alternate Iii (feb 2024) Of 52.225-3. ___ (v) Alternate Iv (oct 2022) Of 52.225-3. ___50) 52.225-5, Trade Agreements (nov 2023) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note). _x_51) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). ___52) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). ___53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150). ___54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150). _x_55) 52.226-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) (e.o. 13513). ___56) 52.229-12, Tax On Certain Foreign Procurements (feb 2021). ___57) 52.232-29, Terms For Financing Of Purchases Of Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). ___58) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). _x_59) 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018) (31 U.s.c. 3332). ___60) 52.232-34, Payment By Electronic Funds Transfer-other Than System For Award Management (jul 2013) (31 U.s.c. 3332). ___61) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332). _x_62) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a). ___63) 52.242-5, Payments To Small Business Subcontractors (jan 2017) (15 U.s.c. 637(d)(13)). ___64) (i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). ___ (ii) Alternate I (apr 2003) Of 52.247-64. ___ (iii) Alternate Ii (nov 2021) Of 52.247-64. (c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: ___1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter67). ___2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). ___3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). ___4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). ___5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41 U.s.c. Chapter 67). ___6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67). _x_7) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). ___8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). ___9) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). (d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records-negotiation. (1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved. (3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause- (i) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). (ii) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712). (iii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (v) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232). (vi) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328). (vii) (a) 52.204–30, Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023) (pub. L. 115–390, Title Ii). (b) Alternate I (dec 2023) Of 52.204–30. (viii) 52.219-8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219-8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (ix) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). (x) 52.222-26, Equal Opportunity (sep 2015) (e.o.11246). (xi) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). (xii) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). (xiii) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). (xiv) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40. (xv) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). (xvi) _x_ (a) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o 13627). ___ (b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). (xvii) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41 U.s.c. Chapter 67). (xviii) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67). (xix) 52.222-54, Employment Eligibility Verification (may 2022) (e.o. 12989). (xx) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). (xxi) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). (xxii) (a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). (b) Alternate I (jan 2017) Of 52.224-3. (xxiii) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxv) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of 52.232-40. (xxvi) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64. (2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Products And Commercial Services A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) a. 52.212-1 Instructions To Offerors – Commercial Products And Commercial Services Sep 2023. Offerors Must Comply With All Instructions Contained Herein. (1) Offerors May Submit Written Questions During The Quote Preparation Period. All Questions Must Be Received No Later Than 14 January 2025, 11:00 Am (pacific) To Allow Adequate Time To Prepare And Issue Responses To All Offerors Prior To The Date And Time Set For Receipt Of Quotes. Only Written Questions Will Receive A Response. All Questions And Quotes Shall Be Directed To: southwest Regional Maintenance Center (swrmc) – C410a Procurement email: Cite The Solicitation Number In The Subject Line - N5523625q0040 email Addresses: Michael.t.jones331.civ@us.navy.mil And Cynthia.y.urias.civ@us.navy.mil b. 52.212-2 Evaluation Commercial Items, Evaluation – Commercial Products And Commercial Services Nov 2021. (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: evaluation Factors – The Evaluation Factors That Will Be Used Are: technical Acceptability – Ability To Meet The Required Delivery Date And The Salient Characteristics Of The Product Description technical Drawings Shall Be Requested Via The Swrmc Technical Documentation Request Form As A Part Of Technical Acceptability For This Acquisition. Vendors Must Show Evidence, Technical Drawing Was Reviewed To Ensure Correct Manufacturing Of The Valves. price – Low Price Technically Acceptable (lpta) past Performance – Based On The Supplier Performance Risk System Rating. price: The Government Will Evaluate The Proposed Price For Reasonableness In Accordance With Far 13.106-3 (a)(1). past Performance: The Government Will Consider The Recency And Relevancy Of Past Performance Information Compared To The Requirements Detailed In The Statement Of Work, The Source Of The Information, The Context Of The Data And General Trends In The Offeror's Performance And Any Associated Risk. The Government Will Also Consider The Extent Of The Offeror's Ability To Perform Previous Contracts Successfully. In Accordance With Dfars Provision 252.204-7024, Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations Is Hereby Incorporated By Reference. (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) c. 52.212-3 Offeror Representations And Certifications – Commercial Products And Commercial Services May 2024. The Offeror Shall Complete Only Paragraph (b) Of This Provision If The Offeror Has Completed The Annual Representations And Certification Electronically In The System For Award Management (sam) Accessed Through Https://www.sam.gov/sam/ (only Complete And Return If There Are Changes To Current Sam Registration. If 52.212-3 Is Not Returned, The Contractor Is Affirming That The Current Sam Registration Is Current, Accurate, And Complete). If The Offeror Has Not Completed The Annual Representations And Certifications Electronically, The Offeror Shall Complete Only Paragraphs (c) Through (v) Of This Provision. The Provision Of Far 52.212-3 Must Be Submitted By The Offeror To Be Eligible For Award. d. 52.212-4 Contract Terms And Conditions -- Commercial Products And Commercial Services Nov 2023 standard Commercial Warranties Apply. applicable Provisions And Clauses: the Far Requires The Use Of The System For Award Management (sam) In Federal Solicitations As A Part Of The Offer Submission Process To Satisfy Far 52.212-4. More Information On Sam Is Found At Https://www.sam.gov/portal/public/sam/. packaging Requirements: Packaging And Preservation Shall Be Performed In Accordance With The Best Commercial Practices To Afford Maximum Protection Against Damage. d-211-h005 Identification Marking Of Parts – Alternative I Oct 2018 delivery Instructions: Item Shall Be Priced For F.o.b. Destination. Inspection And Acceptance Shall Be At Destination By The Government. special Contract Requirements: please Submit Your Quote Via E-mail To Michael Jones, Michael.t.jones331.civ@us.navy.mil (primary) And Cynthia Urias, Cynthia.y.urias.civ@us.navy.mil (secondary). quotes Must Be Received By The Destination Inbox No Later Than *22 January 2025, 11:00 Am (pacific)*
9201-9210 of 9265 archived Tenders