Survey Tenders

Survey Tenders

DEFENSE HEALTH AGENCY DHA USA Tender

Laboratory Equipment and Services
United States
Details: Request For Information (rfi) Only metabolomics Analysis Services For Urine, Blood, Fecal, Saliva and Tissue Samples market Survey Request: this Is A Request For Information Only For Market Research And Planning Purposes Only, As Defined In Far 15.201(e). This Is Not A Solicitation Or Request For Competitive Proposals. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. It Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For The Information Solicited. No Solicitation Document Exists Or Is Guaranteed To Be Issued As A Result Of This Notice. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted, And The Government Will Not Reimburse Respondents For Preparation Of The Response. Response To This Notice Is Strictly Voluntary And Will Not Affect Future Ability To Submit An Offer If A Solicitation Is Released. There Is No Bid Package Or Solicitation Document Associated With This Announcement. background: the United States Army Medical Research Institute Of Environmental Medicine – Military Nutrition Division (usariem – Mnd) Is Requiring Specialized Analytical Services Necessary To Provide Untargeted And Targeted Metabolomics Measurement In Human Biological Samples (urine, Blood, Feces, Saliva, And Tissue) And Data Analysis For On-going Research Studies Led By Usariem Primary Investigators (pi’s). requirement: usariem – Mnd Is Requiring The Measurement Of Multiple Biochemical Markers Of Metabolic, Nutritional, And Physiologic Status And Function, Known As Metabolites, In A Variety Of Biological Matrices. This Will Require Untargeted Metabolomics Analysis (i.e., Measurement Of Hundreds-to-thousands Of Metabolites In Single Biological Samples) And Targeted Metabolomics Analysis (i.e., Quantitative Measurement Of Specific Metabolites) In Both Planned And Future Research Studies. The Services Include, But Are Not Limited To: laboratory Analysis Services: laboratory Analysis Services Must Include The Following, At Minimum: 1. Must Have Ultra-high Performance Liquid Chromatography-tandem-mass Spectrometry (uplc-ms/ms) With A Heated Electrospray Ionization Source And Orbitrap Mass Analyzer Capability That Can Be Operated In Both Positive And Negative Ion Modes, And Gas Chromatography-mass Spectrometry (gc-ms) Capability For Measuring Metabolites Derived From Multiple Biochemical Pathways In Human Blood, Urine, Saliva, Stool, And Muscle. 2. Must Have The Capability To Detect At Least 8,000 Novel Metabolites And To Validate And Confidently Identify At Least 5,000 Known Metabolites Using Company-owned Libraries. 3. Must Use Bioinformatics Systems That Include A Laboratory Information System (lims) That Enables Fully Auditable Laboratory Automation Through A Secure, Easy To Use, And Highly Specialized System. This System Must At Least Include Sample Accessioning, Sample Preparation, Instrumental Analysis And Reporting, And Must Also Be Able To Provide Advanced Data Analysis. The System Must Enable Data Extraction And Peak Identification, Utilize Data Processing Tools For Quality Control And Compound Identification In Accordance With Good Laboratory Practices (glp), And Contain, At A Minimum, A Collection Of Information Interpretation And Visualization Tools Used Specifically For Metabolomics Data Analysis. 4. Potential Offeror’s Must Show Detailed Expertise In Bioinformatics Analysis Of Metabolomics Data, Ability To Provide User-friendly Web Portals For Exploring, Analyzing, And Visualizing Metabolomics And Electronic Reports Summarizing Analytical Results And Their Interpretation. 5. Contractor Staff Must Include Phd-level Scientists Available To Assist Usariem Scientists In Interpretation Of Study Results Such As Analyzing, Summarizing, And Interpreting The Generated Untargeted And/or Targeted Metabolomics Data For All Samples. Contracting Company And/or Its Scientists Must Show History Of Contributing To Peer-reviewed Publications Using The Above-mentioned Technologies. 6. Must Have The Capability To Conduct Quantification Of Short-chain Fatty Acids And Bile Acids And Their Derivatives In Multiple Biological Sample Types. 7. Must Have Laboratory Systems Governed By Standard Operating Procedures (sop’s) That Are Reviewed And Updated With Adherence To Good Clinical Laboratory Practice (glp) Standards And Quality Control For All Analysis Conducted. 8. Laboratory Technicians Trained On Appropriate Measurement Procedures And Validated Equipment. data Analysis Services: data Analysis Services Must Include The Following, At Minimum: 1. Must Be Able To Provide A List Of Biochemicals Detected And Identified By Biochemical Name, Biochemical Class (grouped By Super Pathway And Sub Pathway), Platform Used For Measurement, Kegg Identifier, Hmdb Identifier, Pubchem Identifier, Chemspider Identifier And Cas Identifier. 2. Must Include Kegg/hmbd Links For All Compounds Having A Kegg Or Hmdb Id. 3. Must Be Able To Show Relative Quantitation Expressed As Peak Area (both Raw And Normalized With And Without Missing Data Imputed). 4. Must Deliver Results Of All Statistical Analyses Requested By The Primary Investigator (p.i.) Including Unadjusted P-values And False Discovery Rate Adjusted P-values (q-value). 5. Must Be Able To Provide Box Maps Showing Quantification Of All Detected Compounds By Study Group And Timepoint. 6. Must Be Able To Provide A Narrative Summary Of All Results Along With Their Interpretation Within The Context Of The Study Design. Narrative Summary Will Include Visualizations, Demonstrating Results Of Statistical Analyses And Biochemical Pathways, And Methods Sufficiently Detailed To Be Used In Peer- Reviewed Publications. 7. Must Provide Access To A Web-based Portal In Which The Usariem Pi Can Continue To Access, Analyze, And Visualize The Generated Metabolomics Data Using Data Analysis Tools Including Principal Components Analysis, Partial Least Squares Discriminant Analysis, Volcano Plots, Hierarchical Clustering, T-tests, And Anova. additional Comments For Analytical Support Under This Effort: 1. Interested Parties Who Wish To Respond Must Have A Bioinformatics System Consisting Of A Laboratory Information Management System (lims) That Enables Fully Auditable Laboratory Automation Through A Highly Specialized System, Access To A Specialized Library Of Purified Standards Or Recurrent Unknown Entities And Provide Usariem Scientists Access To Visualization And Interpretation Software To Conduct Analysis For This Requirement. Previous And Ongoing Studies At The Usariem Have Been Performed Under These Systems And Future Analyses Must Utilize The Same Methods And Equipment To Allow For Valid And Accurate Comparisons Across Studies. submittals: summaries Of The Services As Listed Above Shall Be No More Than Ten (10) Pages In Length (1 Side Of 1 Sheet Of Paper Counts As A “page”) And Shall Describe Service Capabilities In Each Of These Areas. interested Parties Shall Provide Their Business Size Status Based Upon Naics Code 541380, Testing Laboratories And Services, With A Small Business Size Standard Of $19m, And Their Cage Code As Registered At Sam.gov. Interested Parties May Include Brochure Information (if Appropriate) With The Summary Package By The Government's Requested Date Of Submittal Of 07 January 2025. Interested Parties Shall Submit Information In Response To This Rfi To: Kasey.l.carroll.civ@health.mil. responses Shall Be Submitted And Received Via Email No Later Than Two O’clock Post Meridian Eastern Standard Time (2:00pm Est) Tuesday 07 January 2025. Documents Shall Be Electronic In Microsoft Word, Excel, Power Point, And/or Adobe Portable Document Format (pdf) And Provided As Attachments To The Email. No Telephonic Responses To This Rfi Will Be Considered. questions Concerning This Request For Information (rfi) May Be Addressed By Contacting: Kasey.l.carroll.civ@health.mil. All Information Received In Response To This Rfi That Is Marked Proprietary Will Be Handled Accordingly. Responses To This Rfi Are Not Offers For A Contract And Will Not Be Used By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. Vendors Having The Services That They Believe Would Be Suitable For Operations As Described Herein Shall Submit All Supporting Documentation Requested By This Rfi To The Point Of Contact (poc) Noted Above. please Provide Information On Your Organization In The Following Areas: company Name, Address And Single Point Of Contact With Name, Title, Telephone Number And E-mail Address. duns Number And Cage Code confirmation Of Current Active Registration In System For Award Management (sam) primary Naics Code(s) And Business Size (i.e., Small/large) gsa Schedule, If Available commercial Price List, If Gsa Schedule Is Not Available product Specific Brochures Literature provisions And Clauses: 52.215-3 Request For Information Or Solicitation For Planning Purposes. request For Information For Planning Purposes (oct 1997) (a) The Government Does Not Intend To Award A Contract On The Basis Of This Solicitation Or To Otherwise Pay For The Information Solicited Except As An Allowable Cost Under Other Contracts As Provided In Subsection 31.205-18, Bid And Proposal Costs, Of The Federal Acquisition Regulation. (b) Although "proposal" And "offeror" Are Used In This Request For Information, Your Response Will Be Treated As Information Only. It Shall Not Be Used As A Proposal. (c) This Request For Information (rfi) Is Issued For The Purpose Of Specialized Analytical Services Necessary To Provide Untargeted And Targeted Metabolomics Measurement In Human Biological Samples. (end Of Provision)
Closing Date7 Jan 2025
Tender AmountRefer Documents 

City Of Baguio Tender

Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description 1 Lot Earthwork And Removal Of Actual Structures / Obstruction & Surface Restoration And Paving Works – For The Proposed Installation Of 10” Ø X 60lm Pvc Mainline Along Marcos Highway (balsigan Road Entrance To Campo-sioco Road Entrance) Scope Of Work: Mobilization Work = 1.00 Lot Signages, Safety, And Traffic Management = 1.00 Lot Site Survey = 1.00 Lot Concrete Cutting Works = 380.00 Lm Concrete Breaking Works = 101.00 Sq M Excavation Works • Concrete Excavation = 24.66 Cu M • Soil Excavation = 76.53 Cu M Backfilling And Compaction Works • Sand Bedding And Filling Of Trench = 32.67 Cu M • Soil Backfilling (including Temporary Resurfacing) = 57.21 Cu M • Compaction Of Trench = 57.21 Cu M Restoration Works • Preparation Of Trench (removal / Excavation Of Temporary Resurfacing) = 24.66 Cu M • Boring Of Holes (for Dowel Bars) = 1,458.00 Holes • Fabrication And Installation Of Dowel Bars = 1,714.07 Kgs • Ready Mix Concrete Pouring (3,500 Psi @ 3 Days) = 25.00 Cu M • Asphalt Restoration (instapave) = 26.00 Sq M • Reflectorized Thermoplastic Pavement Markings Restoration = 6.00 Sq M Testing Of Materials (fdt, Tensile Test Of Rebars, Compression Test Of Concrete Cylinders, Flexural Test Of Concrete Beams) = 1.00 Lot Clearing, Hauling, And Disposal Of Unwanted Materials & Debris = 58.69 Cu M Demobilization Work = 1.00 Lot Refer To The Attached Terms Of Reference (tor) And Drawing Plans For Details. Duration: 56 Working Days Approved Budget Cost: ₱1,368,581.40 / Lot X X X X X This Is A Two (2) Envelope System: Documents Comprising The Bid The First Envelope (technical Proposal) Shall Contain The Following: I. Class “a” Documents A. Legal Documents 1. Registration Certificate From The Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives. 2. Mayor’s/business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas. • In Cases Of Recently Expired Mayor’s/business Permits, It Shall Be Accepted Together With The Official Receipt As Proof That The Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit: Provided, That The Renewed Permit Shall Be Submitted As A Post-qualification Requirement In Accordance With Section 34.2 Of The Irr Of Ra 9184. 3. Tax Clearance Per Executive Order No.398, Series Of 2005, As Finally Reviewed And Approved By Bir. B. Technical Documents 1. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of The Irr Of Ra 9184, Except For Foreign Bidders Participating In The Procurement By A Philippines Foreign Service Office Or Post, Which Shall Submit Their Eligibility Documents Under Section 23.1 Of This Irr: Provided, That The Winning Bidder Shall Register With The Philgeps In Accordance With Section 37.1.4 Of The Irr Of Ra9184. 2. Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid Within The Relevant Period As Provided In The Bidding Documents. The Statement Shall Include, For Each Contract, The Following: A) Name Of The Contract B) Date Of The Contract C) Contract Duration D) Owner’s Name And Address E) Nature Of Work F) Contractor’s Role (whether Sole Contractor Or Partner In A Jv) And Percentage Of Participation G) Total Contract Value At Award H) Date Of Completion Or Estimated Completion Time I) Total Contract Value At Completion, If Applicable; J) Percentages Of Planned And Actual Accomplishments, If Applicable; K) Value Of Outstanding Works, If Applicable; L) The Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And M) The Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; 3. Valid Philippine Contractors Accreditation Board (pcab) License Or Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract To Be Bid. 4. An Slcc That Is Similar To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Philippine Statistics Authority (psa) Consumer Price Indices, Must Be At Least Fifty Percent (50%) Of The Abc. Provided, However, That Contractors Under Small A And Small B Categories Without Similar Experience On The Contract To Be Bid May Be Allowed To Bid If The Cost Of Such Contract Is Not More Than The Allowable Range Of Contract Cost (arcc) Of Their Registration Based On The Guidelines As Prescribed By The Pcab. The Slcc Shall Be Supported By An Owner’s Certificate Of Final Acceptance Issued By The Project Owner Other Than The Contractor Or A Final Rating Of At Least Satisfactory In The Constructors Performance Evaluation System (cpes). In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted. 5. Bid Security In Any Of The Following: Form Of Bid Security Amount Of Bid Security (not Less Than The Required Percentage Of The Abc) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank = 2% Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. = 2% Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. = 5% Or Bid Securing Declaration, Which States, Among Others, That The Bidder, Shall Enter Into A Contract With The Procuring Entity And Furnish The Required Performance Security Within Ten (10) Calendar Days, Or Less, As Indicated In The Bidding Documents, From The Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine And Be Suspended For A Period Of Time From Being Disqualified To Participate In Any Government Procurement Activity In The Event It Violates Any Of The Conditions Stated Therein As Required In The Guidelines Issued By The Government Procurement Policy Board (gppb). 5. Omnibus Sworn Statement In Accordance With Section 25.3 Of The Irr Of Ra 9184 Which Shall Be Executed By The Prospective Bidder Or Its Duly Authorized Representative 6. Project Requirements: A) Organizational Chart For The Contract To Be Bid; B) List Of Contractor’s Personnel (viz: Project Manager, Project, Engineers, Safety Officers, Materials Engineers, And Foremen, Etc.), To Be Assigned To The Contract To Be Bid, With Their Complete Qualifications And Experience Data; And C) List Of Contractor’s Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be. The Contractor Shall Have The Following Equipment: 1. Cargo / Dump Truck, 2. Rotary Driller With Bit, 3. Generator Set, And 4. Concrete Vibrator 7. Proof Of Payment Of Bidding Documents In The Amount Of ₱5,000.00 8. Statement Of Compliance To All Provisions Of The Terms Of Reference (manner Of Implementation, Qualification, Requirements Of Suppliers / Installers, Technical Specifications) C. Financial Documents 1. Audited Financial Statements, Showing, Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities Stamped “received” By The Bureau Of Internal Revenue (bir) Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year, Which Should Not Be Earlier Than Two (2) Years From Bid Submission. 2. The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Ii. Class “b” Document If Applicable, The Joint Venture Bidders Shall Submit A Joint Venture Agreement In Accordance With Ra 4566 And Its Irr. Each Partner Of The Joint Venture Shall Submit His Or Her Respective Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of The Irr Of Ra 9184. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Its Ongoing Contracts And Audited Financial Statements. The Second Envelope (financial Proposal) Shall Contain The Following: A) Bid Form, Which Includes Bid Prices And Bill Of Quantities B) Detailed Estimates Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates And Equipment Rentals Used In Coming Up With The Bid C) Cash Flow By The Quarter And Payments Schedule All Financial Proposals That Exceed The Abc Shall Be Rejected. Pre-bid Conference: January 2, 2025 9:30am Via Zoom Application Meeting Id: 452 718 8447 Password: 9buvqr
Closing Date14 Jan 2025
Tender AmountPHP 1.3 Million (USD 23.4 K)

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state:washington city:longview delineated Area: north:longview City Limits south:longview City Limits east:longview City Limits west:longview City Limits gross Square Feet:4,664 net Square Feet:3,631 space Type:retail gov Parking Spaces (total):9 full Term:60 Months option Term:none address:u.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address:cenwsre-rfp@usace.army.mil real Estate Contracting Officerthomas Seymour Will Be Signing The Lease For The Government. electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: 01/30/2025. any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Is Seeking To Lease Retail And Related Space In A Building Under A Lease In The City And State Specified Above. The Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submittedelectronically. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit K – Seismic Offer Forms (where Applicable) evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Arenot Requiredto Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: The Work For This Project Includes The Construction (design-bid-build) Of A Guam Defense Radar System Command Center (cc), Power Generation Facility, Switchgear Building, Fuel Storage Facility, Entry Control Facility, And Associated Equipment. The Cc Will Include Functional Areas To Accommodate Personnel, Computing Equipment, User Interfaces, And Communications Needed For Planning, Controlling, And Directing Mission Activities. The Power Generation Facility Will Provide Power Via The Switchgear Facility For The Command Center And Associated Infrastructure With Fuel From The Storage Facility Consisting Of Above Ground Fuel Tanks, Fuel Off-loading Infrastructure, And Associated Containment. The Cc Facility And Power Generation Facility Will Be Designed For Risk Category Iv To Meet Site Specific Ground Motion And Seismic Requirements To Include Base Isolation. construction Scope And Methods That Will Be Required As Part Of This Project Include, But Are Not Limited To: demolition Of Existing Housing Units And The Associated Mitigation/disposal Of Asbestos, Lead Contaminated Materials, And Pesticide Contaminated Soil civil Site Work, Including Grading, Paving, And Retaining Walls concrete Construction Meeting The Requirements Of Icc-500 Storm Shelter And Including Coordination Of Cast-in-place, Tilt-up, And Precast Elements 150 Foot Galvanized Steel Antenna Tower And Associated Foundation seismic Isolation Bearings Requiring A Specialized Installation Procedure And Building Erection Sequence Involving Extensive Construction Shoring And Bracing protection Measures For Nonstructural Components, Including Flex Loops For Piping & Conduit To Accommodate Seismic Movement security Infrastructure Includes Real Property Features To Support The Installation Of Security System Level (ssl)-c And Integrated Electronic Security System (iess), Site Security Measures, Entry Control, And Material Procurement & Inspection Requirements facilities Will Be Designed To Provide Cyber Security Engineering And Validation control System Integration Requiring The Aggregation Of Multiple Control Systems, Including Building Controls, Fuel System Controls, And Utility Controls complex Schedule Due To The Nature Of The Concrete & Isolated Foundation Construction, Long Lead Times For Major Equipment Such As Tier 2 Emergency Generators And Mechanical Equipment, And Multiple Joint Occupancy Date (jod) Milestones In The Construction Schedule To Accommodate Work Of Other Contractors Outfitting Systems, Installing Equipment, And Integrating Controls electrical (lighting And Distribution), Fiber Optic And Telecommunications, Fire Protection, Sanitary Sewer, And Storm Drainage the Work Will Include Four (4) Pre-priced Options. Option 1 Is The Price For One Generator And Fuel Tank #2. Option 2 Is The Price For One Generator. Option 3 Is The Price For One Generator. Option 4 Is The Price For The Uninterruptible Power Supply In The Command Center. Option 5 Is The Price For B-side Systems And Equipment In The Power Plant And Command Center. In Accordance With Far 52.217-7 Option For Increased Quantity – Separately Priced Line Item, The Government May Exercise The Options By Written Notice To The Contractor Within 365 Days Of Contract Award. the Magnitude Of This Project Is Estimated Between $250,000,000 And $500,000,000. The North American Industry Classification System (naics) Code Is 236220 And Average Annual Receipts Is $45.0 Million Over The Past Three Years. The Contract Completion Period Is Anticipated To Be 1,323 Calendar Days. a Sources Sought Notice (n62742gdscc) For This Procurement Was Posted On 16 March 2024 On The System For Award Management (sam) Website Https://www.ssam.gov/, And A Market Survey Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Solicit This Procurement On An Unrestricted Basis Inviting Full And Open Competition. The Navfac Pacific Small Business Office Concurs With This Decision. this Is A Best-value, Trade Off Source Selection Procurement Requiring The Submission Of Both Non-price And Price Proposals. All Technical Factors, When Combined Are Of Equal Importance To Past Performance; And All Evaluation Factors Other Than Price, When Combined, Are Approximately Equal To Price. Proposals Submitted In Response To This Solicitation Shall Be In The English Language And In U.s. Dollars. contract Award Will Be Made To The Responsible Offeror Whose Offer, Conforming To The Solicitation, Is Determined To Be The Lowest Evaluated Price Of Proposals Meeting Or Exceeding The Acceptability Standards For Technical Factors. The Technical Factors Are As Follows: (1) Experience, (2) Small Business Utilization And Participation, (3) Safety, (4) Management Plan, And (5) Past Performance. For Evaluation Of Experience And Past Performance, A Relevant Construction Project Is Defined As: new Construction Of An Administrative, Office Or Communications Facility Approximately $80 Million Or More In Dollar Value And Completed Or Substantially Completed Within The Past Ten (10) Years From The Date Of Issuance Of The Solicitation. new Construction Of A Secure Space Conforming To The Requirements Of Icd-705 Approximately $10 Million Or More In Dollar Value And Completed Or Substantially Completed Within The Past Ten (10) Years From The Date Of The Issuance Of The Solicitation. new Construction Of Essential Facilities Located In Moderate To High Seismic Areas Approximately $80 Million Or More In Dollar Value And Completed Or Substantially Completed Within The Past Ten (10) Years From The Date Of The Issuance Of The Solicitation. “moderate To High Seismic Areas” Are Defined As Geographic Areas With A Peak Ground Acceleration (pga) Greater Than 0.5g And A Probability Of Ground Motion Exceedance Equal Or Less Than 2% In 50 Years. The Whole Building Design Guide (wbdg) Structural Load Tool For Ufc 3-301-01 Can Be Used To Identify The Pga Of Geographic Areas. This Tool Can Be Found At Structural Load Data Tool For Ufc 3-301-01 | Wbdg - Whole Building Design Guide. Examples Of Areas With These Characteristics Include But Are Not Limited To Guam, California, Alaska, And Japan. the Request For Proposal (rfp) Will Be Available On 30 October 2024. Printed Copies Of The Rfp Will Not Be Issued. The Rfp, Including The Specifications And Drawings, Can Be Accessed Via The System For Award Management (sam) Website At Https://sam.gov/. Contractors Must Register At The Sam Website To Obtain Access To The Rfp. Registration Instructions Can Be Found On The Sam Website. Amendments Will Also Be Posted At Https://sam.gov/. It Is Highly Recommended That Firms Register On The Sam Website As This Will Be The Only Plan Holder’s List Available. It Is The Offeror’s Responsibility To Check The Sam Website Periodically For Any Amendments To The Solicitation. a One-time Pre-proposal Site Visit Has Been Scheduled For 11 December 2024, 9:00 A.m. Chamorro Standard Time (chst). The Pre-proposal Site Visit Is To Provide Offerors With An Opportunity To Familiarize Themselves With The Jobsite And Conditions To Be Encountered, And It Is Not For The Purpose Of Answering Questions. Offerors Interested In Attending The Site Visit Shall Submit The Following Forms: base Access Request – Contractor Memo (fill-in Information In Red). iii Log (complete In Accordance With The Attached “how To Fill Out The Iii Log” Instructions Located At The End Of This Document.) base Access Affidavit 2020 (completed For Each Visitor That Does Not Have Dbids Pass) foreign National Access Request Form contractor Policy Update Memo either A U.s. Passport Or Real Id Act Driver’s License/id the Completed Forms Shall Be Submitted To Dayna Matsumura, Contract Specialist, At Dayna.n.matsumura.civ@us.navy.mil On Or Before 14 November 2024, 2:00 P.m., Hawaii Standard Time (hst). Once Approved For Base Access, A Tracking Number Will Be Emailed To Attendees For Use When Obtaining Base Passes At The Visitor Control Center (northgate), Andersen Air Force Base. please Be Informed: The Visitor Control Center (northgate) Requires Sufficient Processing Time For Each Visitor. Consequently, If An Attendee Submits The Application Forms After The Specified Due Date And Time, The Attendee May Not Be Able To Attend The Site Visit. the Furnishing Of The Above Information, Including Your Social Security Number, Is Voluntary. However, Your Failure To Furnish All Or Part Of The Information Request May Result In The Government's Denial Of Access To The Jobsite. Any Of The Above Information Furnished By You And Protected Under The Privacy Act Shall Not Be Released Unless Permitted By Law And/or You Have Consented To Such Release. upon Receipt Of The Above Information, Our Office Will Submit A Letter To The Pass And Id Office Authorizing Your Entrance. on The Day Of The Visit, Attendees Shall Meet Promptly At The Pacific Regional Training Center (prtc) Gate And Bring Necessary Base Access Pass, The “iii Log” And “new Contractor Letter Memorandum” To The Site Visit. For Those That Do Not Have Dbids, Pick Up An Approved Day Pass From The Visitor’s Center (northgate). Attendees Shall Meet At The Visitor Control Center Overflow Parking Lot.
Closing Date14 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state:oregon city:grants Pass delineated Area: north:i-5 south:w Hardbeck Rd east:w Jones Creek Rd west:lincoln Rd gross Square Feet: 722 - 965 net Square Feet:552 - 690 space Type: Retail gov Parking Spaces (total): 2 full Term: 60 Months option Term: None address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address: Cenwsre-rfp@usace.army.mil real Estate Contracting Officer: Thomas J. Seymour electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: January 31, 2025. any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Is Seeking To Lease Retail And Related Space In A Building Under A Lease In The City And State Specified Above. The Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Are Not Required To Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization exhibit J – Agency Agreement please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
Closing Date1 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n792.14|2h1|see Email|helen.i.carmelo.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8||||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving ||tbd|n00383|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|1 Year After Date Of Delivery|45 Days From Discovery Of Defect||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| limitation Of Liability--high-value Items (feb 1997)|1|| limitations On Pass-through Charges (jun 2020)|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 (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|336413|1250 Emp||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| offerors Shall Submit Proposals Via Neco Or Email Only. 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 Pre-award / Post Award Requirements: due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.3 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation: (a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval. (b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors. (c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents. (d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings, forgings, Etc. (e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics should Be Discernible From All Other Characteristics. the Above Requirements Are A Subset Of Requirements Specified In The Aso source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval brochure. 1.4 Sampling Rates (aqls) Indicated Below Shall Be Used In Accordance With ansi Z1.4 For Single Sampling And A General Inspection Level Of Ii. 1.5 In Addition To The 100% Pco Mandatory, Critical And Major Characteristics, attributes For Plating, Hardness And Non-destructive Testing Will Be Inspected one Hundred Percent. 1.6 Contractor Shall Develop A System For Identification Of Individual piece Parts For Traceability Purposes. Markings Shall Not Be Permanent. 1.7 An Aql Of 1.5 Will Be Used For Class 3 Threads And Dimensions, And geometric Feature Controls With A Tolerance Range Of .010 Or Less. 1.8 For Minor Characteristics, A Sampling Rate Determined By The Contractor and Subject To Qar Approval Will Be Used. 1.9 The Material Covered In This Contract/purchase Order Will Be Used In A crucial Shipboard System Enabling The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems Or Loss Of Aircraft. Therefore,the Material Has Been designated As Critical Material And Special Control Procedures Are Invoked to Ensure Receipt Of Correct Material. 1.10 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;nawc Lakehurst; Drawing Number ( ;614726; ) ;80020; , Revision ;k; And All Details And Specifications Referenced Therein. 1.11 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not be Provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced specification. 1.12 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents drawing Data=614726 |80020| K| |d| | | | 3. Requirements - Not Applicable 4. Quality Assurance 1. Unique Requirements: incorporated In Official Remarks. 2. Interim Inspection Requirements: The Following Item(s) Requires An Interim Inspection At The Contractor's Location: a. P/n 614726-1, Cylinder (csi): i. Witness Of Hydrostatic Testing Per Note 8 Of Drawing 614726. ii. Verification Of Material Properties Per Note 10 Of Drawing 614726 (c2). iii. Witness Of Magnetic Particle Inspection Per Note 12 Of Drawing 614726. 3. Alre Csi Parts Require Certification. a. When Certified, An Alre Part Is Marked With A Material Identification Code (mic). Nawcadlke Qa Will Provide The Mic To Dcma If The Component Is Source Accepted, And After Receipt Of All Associated Data. Application Of Mic Shall Be In The Same Methodology As the Drawing Note For Part Marking, And In Same Area As Part Marking (next To, Above, Or Below). 4. Receipt Inspection And Certification Of Sub-components: N/a 5. Receipt Inspection And Certification Of The Top Assembly: a. The Receipt Inspection And Certification Of The Top Assembly, P/n 614726-1, Shall Occur During The Final Inspection. 6. Contractor Assist And Part Marking: a. The Contractor Shall Assist On The Conduct Of The Inspections (both Final And Interim) Required That Are Necessary To Certify The Critical Items Specified Herein. The Contractor Shall Provide Adequate Facilities, Inspection Equipment, And Skilled Personnel, to Support The Nawcadlke Inspector In The Conduct Of The Interim Inspection(s). The Contractor Shall Provide Gauges, Tools, Fixtures, And Jigs Necessary To Perform The Inspections. The Contractor Shall Also Provide Sufficient Rigging/material Handling Services and Manpower To Setup/configure/operate Equipment & Machines Used To Accomplish The Inspection Task. This Contractor Assist Requirement Shall Be Applicable To 100% Of The Production Quantities. As Part Of The Mri Process, The Nawcadlke Qa Representative Will provide, In Writing, A Certification Number Along With Direction For Marking The Critical Safety Items (csi). quality Assurance Requirements: 1. The Solicitation/contract Shall Contain The Nawcadlke Inspection Surveillance Clause As Follows: a. Because Of The Critical Nature Of This Material, A Representative Of The Naval Air Warfare Center Aircraft Division Lakehurst (nawcadlke) Is Available To Furnish Technical Assistance On Quality Assurance (qa) Matters And Shall Have The Option Of Conducting qa Surveillance For The First Lot Produced Under This Contract (and All Subsequent Lots If Necessary). This Requirement Will Be Performed In Conjunction With The Government Qas Of The Cognizant Defense Contract Management Activity And Does Not Abrogate The authority Or Responsibility Of The Designated Government Qas. The Contractor Agrees To Notify Roy Janney, Roy.a.janney.civ@us.navy.mil, Of The Nawc Qa Section Code, Bl41600, Lakehurst, Nj 08733-5035 And The Pco When The Material Is Scheduled Be Presented To The dcma Government Qas For Government Inspection And Acceptance. This Notice Shall Afford The Nawcadlke Qa Representative The Optiono Of Being Present During The Inspection. A Minimum Of Fourteen (14) Working Days Is Required To Arrange The Surveillance Visit. notification Shall Include The Following Information: Company Name, Cage Code, Phone Number, Fax Number, Contract Number, Point Of Contact, Part Nomenclature, Part Number, Niin, Type Of Inspection, And Quantity Of Parts. b. Due To The Critical Nature Of This Item, It Is Necessary To Conduct In-process Inspections On Critical Component Features, Attributes, Or Manufacturing Processes. The Contractor Agrees To Notify Roy Janney, Roy.a.janney.civ@us.navy.mil, Of The Nawc Qa section Code, Bl41600, Lakehurst, Nj 08733-5035 And The Pco When Material Is Scheduled For The Interim Inspection(s) That Are Identified Herein. This Notice Shall Afford The Nawcadlke Qa Representative The Option Of Being Present During The Inspection. A minimum Of Seven (7) Working Days Is Required To Arrange The Surveillance Visit. Notification Shall Include The Following Information: Company Name, Cage Code, Phone Number, Fax Number, Contract Number, Point Of Contact, Part Nomenclature, Part Number, Niin, type Of Inspection, And Quantity Of Parts. 2. The Contractor Shall Perform Quality Conformance And Lot Sampling Inspection For All Associated Features That Are Present In The Drawings And Specifications: a. Features/attributes/requirements Classified As Critical And Major On The Drawing(s) Or Within The Technical Specification Shall Be Inspected And Shall Have The Actual Dimensions Documented 100%; b. Attributes For Plating, Hardness, And Non-destructive Testing Shall Be Inspected 100%; c. Class 3 Threads, Dimensions, And Geometric Feature Controls With A Tolerance Range Of .010 Or Less Shall Be Inspected Using An Aql Of 1.5 And The General Inspection Level Ii As Defined By Ansi Z1.4 d. Minor Characteristics: Sampling Shall Be Inspected Using An Aql Of 4.0 And The General Inspection Level Ii As Defined By Ansi Z1.4. 3. The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System Supporting The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious personnel Injury, Loss Of Life, Loss Of Vital Shipboard Systems, Or Loss Of Aircraft. Therefore, The Material Has Been Designated As Critical Safety Item (csi) Material And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 4. First Article Testing: the Contractor Shall Conduct First Article Testing On This Item Of Alre/se And Prepare A First Article Test Report Documenting The Outcome. Unless Otherwise Specified, The Report And Its Acceptance Shall Be Per The Provisions Of The Applicable Contract Data requirements List (cdrl). a. Requirements: i. First Article Quantity Is One (1); In Uncoated Condition. ii. The First Article Shall Be Available For Government Evaluation Per The Contract Schedule. The Evaluation Shall Be Conducted In The Presence Of The Government Personnel. Accordingly, The Contractor Shall Allow Time To Arrange For Nawc Participation In accordance With The "nawcadlke Inspection Witness Option"; iii. The Contractor Shall Provide Facilities And Personnel Sufficient To Conduct All Necessary Tests To Establish Conformance; iv. The Contractor Shall Have Available For Review All Certifications, Test Reports, In-process Inspection Documents Needed To Substantiate Product Quality; This Same Documentation Shall Also Be Included In The First Article Test Report; v. The Contractor Shall, At The Time Of First Article, Have Corrected Any Problem Areas Deemed Significant And Documented As Deficient By The Government Within His/her Quality Assurance System Not Previously Identified During Prior Evaluations And/or Surveys; any Problems Identified During The Conduct Of The Test Will Also Require Correction. b. Testing And Evaluation: i. The Contractor Shall Accomplish 100% Inspection And/or Testing Of All Critical, Major, And Minor Dimensions And/or Requirements Identified In The Drawings, Drawing Notes, And Process And Fabrication Specifications. Results Shall Consist Of Actual Dimensions, measurements, And Test Outcomes And Shall Be Recorded And Included In The First Article Test Report. c. Acceptance/reject Criteria: i. Satisfactorily Meeting All Requirements Cited In The First Article Testing "requirements" Paragraph Above And Satisfactorily Demonstrating 100% Conformance To The Test And Evaluation Elements Cited In The First Article Testing "testing And Evaluation' paragraph Above Shall Constitute Acceptance Of The First Article; ii. Failure To Meet Any Of The Conditions In The First Article Testing "requirements" Paragraph Above Or The First Article Testing "testing And Evaluation" Paragraph Above Shall Be Cause For Rejection. d. Delivery: i. The Accepted First Article Exhibit May Be Delivered And Counted Along With The Contract Production Quantities Providing The Item Has Not Been Damaged During Testing, And Has Been Found To Be Conforming; ii. The Contractor Is Responsible For Preparing The First Article Test Report In Accordance With Cdrl's. 5. Production Lot Special Tests: N/a 6. For Purposes Of This Tdr, The Term Ndt Shall Refer To The Following Methods: Mt - Magnetic Particle Testing, Pt - Penetrant Inspection, Ut - Ultrasonic Testing, Rt - Radiographic Testing, And Vt - Visual Testing. 7. Companies Performing Ndt Shall Be Nadcap Accredited, Or A Laboratory Accredited By One Of The Organizations Listed Below As Satisfying Iso 17025 (general Requirements For The Competence Of Testing And Calibration Laboratories). Ndt Certificates Shall Be Bear the Symbols Of Accreditation And The Accreditation Body: a. American Association For Laboratory Accreditation (a2la) b. Ansi National Accreditation Board (anab) c. International Accreditation Service, Inc. (ias) d. National Voluntary Laboratory Accreditation Program (nvlap) e. Perry Johnson Laboratory Accreditation, Inc. (pjla) f. Canadian Association For Laboratory Accreditation Inc. (cala) g. Standards Council Of Canada (scc) 4.1 Review Documentation As Provided Under Dd 1423 Requirements. 4.2 Critical Manufacturing Processes ( ;applies; ) Heat Treat ( ;n/a ; ) Welding ( ;n/a; ) Cadmium Plating ( ;n/a; ) Engineering Chrome Plating ( ;n/a; ) Nickel Chrome Plating ( ;n/a; ) Casting(s) ( ;applies; ) Forging(s) ( ;applies; ) Mpr (material Processing Requirements) 4.3 The Test To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below 4.3.1 Dimensional Test (special) ;close Machine Toleraces; 4.3.2 Requirements Of: ;lke Drawing Package; 4.3.3 Form ;applies; 4.3.4 Fit ;n/a; 4.3.5 Function ;applies. Hydrostatic Testing; 4.3.6 Compliance With Drawing ( ;614726; ) ;k; , Revision ;80020; And Specifications Referenced Therein. 4.4 In Addition To The Above Tests, The First Article(s) To Be Inspected Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With The Contract Requirements 4.5 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Inspection 4.6 The Contractor Shall Notify The Pco, Aco, And Qar Fourteen (14) Days Prior To Conducting The First Article Test So That The Government May Witness Such Testing. 4.6.1 The Qar Shall Be Present To Witness All First Article Testing. 4.6.2 The Following Additional Personnel Shall Witness The First Article Testing: ;roy Janney Qa Rep At Tel: (732)-323-2834 email: Roy.a.janney.civ@us.navy.mil; 4.7 Disposition Of Fat Samples 4.7.1 ;n/a; Sample(s) May Be Destroyed During Testing. 4.7.2 ;applies; Unless Otherwise Provided For In The Contract, Sample(s) Shall Remain At The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The sample(s) Have Inspection Approval Of The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. 4.8 Test Sample Coating Instructions 4.8.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative If Required. 4.9 Notice To Government Of Testing At The Contractors Facility. 4.9.1 Far 52.209-3 Applies (a) The Contractor Shall Present ;one; ; Unit(s) Of The Following Cage( ;80020; ; ), Part Number ;614726-1; ; , Revision ;k; ; As Specified In This Contract. At Least Fourteen (14) Calendar Days Before The Beginning Of The First Article Testing, The Contractor shall Notify The Contracting Officer, In Writing, Of The Time And Location Of The Testing So That The Government May Witness The Tests. (b) The Contractor Shall Submit The First Article Test Report Within 15 Calendar Days From The Date Of Testing To: ;pco; ; the Contractor Shall Mark The Report "first Article Test Report" And Cite The Contract Number And Lot/item Number. Review Documentation As Provided Under The Dd1423 Requirements. (c) Within 45 Calendar Days After The Government Inspects The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request Shall Repeat Any Or All First Article Tests. After Each Request For Additional Tests, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Then Conduct The Tests And Deliver Another report To The Government Under The Terms And Conditions And Within The Time Specified In Paragraph B Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Present Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract. (f) Unless Otherwise Provided In The Contract, And If The Approved First Article Is Not Consumed Or Destroyed In Testing, The Contractor May Deliver The Approved First Article As Part Of The Contract Quantity If It Meets All Contract Requirements For acceptance. (g) If The Government Does Not Act Within The Time Specified In Paragraph (c) Above The Contracting Officer, Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates and/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Or, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocated To This Contract For 1) Progress Payments, Or 2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government. The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts, And Repair of The First Article During Any First Article Test. (i) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To The Effect With Each First Article. (j) The Test Report (2 Copies) Shall Be In Accordance With Mil-std-831, Unless Otherwise Specified On The Dd1423, And Shall Be Submitted Via The Cognizant Dcmc To Navsup, Attn: (cite Name And Code In Block 10.a Of The Sf33). The Dcmc Shall Provide Comments On form Dd1222 (2 Copies) Which Shall Be Forwarded With The Test Report. Approval Of The Test Report Is The Pco's Responsibility. Upon Notification Of Approval, Condition Approval, The Aco Shall Execute The Dd250 To Indicate Government Acceptance Of The Test report. 4.10 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, Navsup Wss Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run. additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And one That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First article Approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. _____________ Quantity:_______ After Date Of Contract:_________ 4.11 . Mandatory Inspection Requirements: 100% Procurement Contracting Officer (pco) Mandatory Inspection Is Required And Shall Be Accomplished At Source Under The Surveillance And Final Approval Of The Cognizant Dcmao Quality Assurance Representative (qar). during Production, Mandatory Inspection Is Required To Be Accomplished By The Contractor As Follows: A. Level Of Inspection (loi). 1. Critical Characteristics: 100% Inspection Shall Apply. 2. Major And Minor Characteristics: Loi Shall Be In Accordance With A Sampling Plan Acceptable To The Qar. B. Critical Characteristics: ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834 e-mail: Roy.a.janney.civ@us.navy.mil; C. Major And Minor Characteristics 1. Shall Be Defined By The Contractor Subject To Qar Concurrence, Unless Defined On Applicable Drawings And Associated Specifications. 4.12 Special Inspection Requirements ( ;applies; ) Magnetic Particle Inspection ( ;applies; ) Surface Inspection ( ;n/a; ) Penetrant Inspection ( ;n/a; ) Radiographic Inspection ( ;n/a; ) Ultrsonic Inspection ( ;n/a; ) High Shock Test ( ;n/a; ) Mechanical Vibration Test 4.13 Final Inspection Requirement:due To The Critical Nature Of This Item, Representatives Of The Buying office/and The Cognizant Field Activity, Nawc Lakehurst, Shall Be Notified By The Successful Contractor At Least 14 Days Prior To Presentation To The Dcm Qar Of The Items For Final Inspection So That They May Have The Option Of witnessing The Final Inspection. The Contractor Shall Notify By Email Or telefax Pco And Nawc Lakehurst Qa ;roy Janney Qa Rep At Tel: (732)-323-2834 email: Roy.a.janney.civ@us.navy.mil; To Arrange For The Final Inspection.the Authority Of The Qar Shall Not Be Abrogated. If The Notification Is Not Given To Both Sites Then The Qar Shall Not Accept The Units. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable this Is An Alre Critical Safety Item. For Drawing Updates, See Attached Nawc Lke Drawing Update Sheet. (for Navsup Reference Only: Tdr 24-10050 Was Utilized) the Components Being Acquired Under This Solicitation Have Been Classified As "critical" Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved Will Be eligible For Award Under This Solicitation. Any Company Not Previously Approved, May Submit A Source Approval Request As Outlined Later In This Solicitation. all Records Pertaining To Alre Csi/cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Technical Authority. All Records Shall Bemaintained By Lke Qa And By The Manufacturer For A Period Of Seven Years. \ date Of First Submission=asreq 16. Remarks Inspection/certification Data Needed To Substantiate The Quality Of The First Article Test Unit Shall Be Included In First Article Unit Packaging. The Outside Of The Package That Contains The Data Shall Be Clearly Marked "inspection/certification Data included". (block 12) Concurrently With Delivery Of Fat Items. data Requirements: a. Copies Of All Approved Requests For Variations b. Surface Finish (of Bare Metal) Per Notes 2 And 11 Of Drawing 614726. c. Thread Dimensions And Designations Per Note 3 Of Drawing 614726. Documentation Shall Include Verification That The Pitch And Functional Diameters Were 100% Inspected In Accordance With System 22 Of Fed-std-h28/20. d. Identification Per Note 6 Of Drawing 614726. e. Hydrostatic Testing Per Note 8 Of Drawing 614726. f. Preservation Per Note 9 Of Drawing 614726. g. Material Properties Per Note 10 Of Drawing 614726. h. Magnetic Particle Inspection Per Note 12 Of Drawing 614726. i. Dimensional Inspection Per Drawing 614726. date Of First Submission=asreq (block 12) Concurrently With Final Inspection. data Requirements: a. Copies Of All Approved Requests For Variations. b. Surface Finish (of Bare Metal) Per Notes 2 And 11 Of Drawing 614726. c. Thread Dimensions And Designations Per Note 3 Of Drawing 614726. Documentation Shall Include Verification That The Pitch And Functional Diameters Were 100% Inspected In Accordance With System 22 Of Fed-std-h28/20. d. Identification Per Note 6 Of Drawing 614726. e. Hydrostatic Testing Per Note 8 Of Drawing 614726. f. Preservation Per Note 9 Of Drawing 614726. g. Material Properties Per Note 10 Of Drawing 614726. h. Magnetic Particle Inspection Per Note 12 Of Drawing 614726. i. Coating Per Note 13 Of Drawing 614726. j. Dimensional Inspection Per Drawing 614726.
Closing Date10 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n792.14|2g1|see Email|helen.i.carmelo.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8||||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving||tbd|n00383|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|1 Year After Date Of Delivery|45 Days From Discovery Of Defect||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| limitation Of Liability--high-value Items (feb 1997)|1|| limitations On Pass-through Charges (jun 2020)|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 (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|336413|1250 Emp||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| offerors Shall Submit Proposals Via Neco Or Email Only. 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 Pre-award / Post Award Requirements: due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.3 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation: (a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval. (b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors. (c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents. (d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings, forgings, Etc. (e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics should Be Discernible From All Other Characteristics. the Above Requirements Are A Subset Of Requirements Specified In The Aso source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval brochure. 1.4 Sampling Rates (aqls) Indicated Below Shall Be Used In Accordance With ansi Z1.4 For Single Sampling And A General Inspection Level Of Ii. 1.5 In Addition To The 100% Pco Mandatory, Critical And Major Characteristics, attributes For Plating, Hardness And Non-destructive Testing Will Be Inspected one Hundred Percent. 1.6 Contractor Shall Develop A System For Identification Of Individual piece Parts For Traceability Purposes. Markings Shall Not Be Permanent. 1.7 An Aql Of 1.5 Will Be Used For Class 3 Threads And Dimensions, And geometric Feature Controls With A Tolerance Range Of .010 Or Less. 1.8 For Minor Characteristics, A Sampling Rate Determined By The Contractor and Subject To Qar Approval Will Be Used. 1.9 The Material Covered In This Contract/purchase Order Will Be Used In A crucial Shipboard System Enabling The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems Or Loss Of Aircraft. Therefore,the Material Has Been designated As Critical Material And Special Control Procedures Are Invoked to Ensure Receipt Of Correct Material. 1.10 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;nawc Lakehurst; Drawing Number ( ;80020; ) ;11-61369-5; , Revision ;v; And All Details And Specifications Referenced Therein. 1.11 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not be Provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced specification. 1.12 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents drawing Data=mpr 1223 |80020| C| |d| | | | drawing Data=mpr 4 |80020| D| |d| | | | drawing Data=11-61369 |80020| V| |d| | | | 3. Requirements - Not Applicable 4. Quality Assurance unique Requirements: all Records Pertaining To Alre Csi/cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Technical Authority. All Records Shall Be Maintained By Lke Qa And By The Manufacturer For A Period Of Seven Years. interim Inspection Requirements: The Following Item(s) Requires An Interim Inspection At The Contractor's Location: a. P/n 11-61369-5, Cover-intmd 12 Ft (csi): i. Verification Of Material Properties And Testing Per Note 5 Of Drawing 11-61369 (m101). ii. Verification Of Heat Treatment Per Note 6 Of Drawing 11-61369 (c1). iii. Witness Of Magnetic Particle Inspection Per Mpr 4. Note 5 Of Drawing 11-61369 Refers (m101). iv. Witness Of Dimensional Inspection Per Drawing 11-61369 (m102-m126). alre Csi Parts Require Certification. a. When Certified, An Alre Part Is Marked With A Material Identification Code (mic). Nawcadlke Qa Will Provide The Mic To Dcma If The Component Is Source Accepted, And After Receipt Of All Associated Data. Application Of Mic Shall Bein The Same Methodology As the Drawing Note For Part Marking, And In Same Area As Part Marking (next To, Above, Or Below). receipt Inspection And Certification Of Sub-components: N/a receipt Inspection And Certification Of The Top Assembly: the Receipt Inspection And Certification Of The Top Assembly, P/n 11-61369-5, Shall Occur During The Final Inspection. contractor Assist And Part Marking: a. The Contractor Shall Assist On The Conduct Of The Inspections (both Final And Interim) Required That Are Necessary To Certify The Critical Items Specified Herein. The Contractor Shall Provide Adequate Facilities, Inspection Equipment, And Skilled Personnel, to Support The Nawcadlke Inspector In The Conduct Of The Interim Inspection(s). The Contractor Shall Provide Gauges, Tools, Fixtures, And Jigs Necessary To Perform The Inspections. The Contractor Shall Also Provide Sufficient Rigging/material Handling Services and Manpower To Setup/configure/operate Equipment & Machines Used To Accomplish The Inspection Task. This Contractor Assist Requirement Shall Be Applicable To 100% Of The Production Quantities. As Part Of The Mri Process, The Nawcadlke Qa Representative Will provide, In Writing, A Certification Number Along With Direction For Marking The Critical Safety Items (csi). 1. The Solicitation/contract Shall Contain The Nawcadlke Inspection Surveillance Clause As Follows: a. Because Of The Critical Nature Of This Material, A Representative Of The Naval Air Warfare Center Aircraft Division Lakehurst (nawcadlke) Is Available To Furnish Technical Assistance On Quality Assurance (qa) Matters And Shall Have The Option Of Conducting qa Surveillance For The First Lot Produced Under This Contract (and All Subsequent Lots If Necessary). This Requirement Will Be Performed In Conjunction With The Government Qas Of The Cognizant Defense Contract Management Activity And Does Not Abrogate The authority Or Responsibility Of The Designated Government Qas. The Contractor Agrees To Notify Roy Janney, Roy.a.janney.civ@us.navy.mil, Of The Nawc Qa Section Code, Bl41600, Lakehurst, Nj 08733-5035 And The Pco When The Material Is Scheduled To Be Presented To the Dcma Government Qas For Government Inspection And Ac Ceptance. This Notice Shall Afford The Nawcadlke Qa Representative The Option Of Being Present During The Inspection. A Minimum Of Fourteen (14) Working Days Is Required To Arrange The Surveillance Visit. notification Shall Include The Following Information: Company Name,cage Code, Phone Number, Fax Number, Contract Number, Point Of Contact, Part Nomenclature, Part Number, Niin, Type Of Inspection, And Quantity Of Parts. b. Due To The Critical Nature Of This Item, It Is Necessary To Conduct In-process Inspections On Critical Component Features, Attributes, Or Manufacturing Processes. The Contractor Agrees To Notify Roy Janney, Roy.a.janney.civ@us.navy.mil, Of The Nawc Qa section Code, Bl41600, Lakehurst, Nj 08733-5035 And The Pco When Material Is Scheduled For The Interim Inspection(s) That Are Identified Herein. This Notice Shall Afford The Nawcadlke Qa Representative The Option Of Being Present During The Inspection. A minimum Of Seven (7) Working Days Is Required To Arrange The Surveillance visit. Notification Shall Include The Following Information: Company Name, Cage Code, Phone Number, Fax Number, Contract Number, Point Of Contact, Part Nomenclature,part Number, Niin, Type Of Inspection, And Quantity Of Parts. 2. The Contractor Shall Perform Quality Conformance And Lot Sampling Inspection For All Associated Features That Are Present In The Drawings And Specifications: a. Features/attributes/requirements Classified As Critical And Major On The Drawing(s) Or Within The Technical Specification Shall Be Inspected And Shall Have The Actual Dimensions Documented 100%; b. Attributes For Plating, Hardness, And Non-destructive Testing Shall Be Inspected 100%; c. Class 3 Threads, Dimensions, And Geometric Feature Controls With A Tolerance Range Of .010 Or Less Shall Be Inspected Using An Aql Of 1.5 And The General Inspection Level Ii As Defined By Ansi Z1.4 d. Minor Characteristics: Sampling Shall Be Inspected Using An Aql Of 4.0 And The General Inspection Level Ii As Defined By Ansi Z1.4. 3. The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System Supporting The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious personnel Injury, Loss Of Life, Loss Of Vital Shipboard Systems, Or Loss Of Aircraft. Therefore, The Material Has Been Designated As Critical Safety Item (csi) Material And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 4. First Article Testing: the Contractor Shall Conduct First Article Testing On This Item Of Alre/se And Must Address All Elements Listed Below And Prepare A First Article Test Report Documenting The Outcome. Unless Otherwise Specified, The Report And Its Acceptance Shall Be Per The provisions Of The Applicable Contract Data Requirements List (cdrl). a. Requirements: i. First Article Quantity Is One (1); In Uncoated Condition. ii. The First Article Shall Be Available For Government Evaluation Per The Contract Schedule. The Evaluation Shall Be Conducted In The Presence Of The Government Personnel. Accordingly, The Contractor Shall Allow Time To Arrange For Nawc Participation In accordance With The "nawcadlke Inspection Witness Option"; iii. The Contractor Shall Provide Facilities And Personnel Sufficient To Conduct All Necessary Tests To Establish Conformance; iv. The Contractor Shall Have Available For Review All Certifications, Test Reports, In-process Inspection Documents Needed To Substantiate Product Quality; This Same Documentation Shall Also Be Included In The First Article Test Report; v. The Contractor Shall, At The Time Of First Article, Have Corrected Any Problem Areas Deemed Significant And Documented As Deficient By The Government Within His/her Quality Assurance System Not Previously Identified During Prior Evaluations And/or Surveys; any Problems Identified During The Conduct Of The Test Will Also Require Correction. b. Testing And Evaluation: i. The Contractor Shall Accomplish 100% Inspection And/or Testing Of All Critical, Major, And Minor Dimensions And/or Requirements Identified In The Drawings, Drawing Notes, And Process And Fabrication Specifications. Results Shall Consist Of Actual Dimensions, measurements, And Test Outcomes And Shall Be Recorded And Included In The First Article Test Report. c. Acceptance/reject Criteria: i. Satisfactorily Meeting All Requirements Cited In The First Article Testing "requirements" Paragraph Above And Satisfactorily Demonstrating 100% Conformance To The Test And Evaluation Elements Cited In The First Article Testing "testing And Evaluation" paragraph Above Shall Constitute Acceptance Of The First Article; ii. Failure To Meet Any Of The Conditions In The First Article Testing "requirements" Paragraph Above Or The First Article Testing "testing And Evaluation" Paragraph Above Shall Be Cause For Rejection. d. Delivery: i. The Accepted First Article Exhibit May Be Delivered And Counted Along With The Contract Production Quantities Providing The Item Has Not Been Damaged During Testing, And Has Been Found To Be Conforming; ii. The Contractor Is Responsible For Preparing The First Article Test Report In Accordance With Cdrl's. 5. Production Lot Special Tests: N/a 6. For Purposes Of This Tdr, The Term Ndt Shall Refer To The Following Methods: Mt - Magnetic Particle Testing, Pt - Penetrant Inspection, Ut - Ultrasonic Testing, Rt - Radiographic Testing, And Vt - Visual Testing. 7. Companies Performing Ndt Shall Be Nadcap Accredited, Or A Laboratory Accredited By One Of The Organizations Listed Below As Satisfying Iso 17025 (general Requirements For The Competence Of Testing And Calibration Laboratories). Ndt Certificates Shall Be Bear the Symbols Of Accreditation And The Accreditation Body a. American Association For Laboratory Accreditation (a2la) b. Ansi National Accreditation Board (anab) c. International Accreditation Service, Inc. (ias) d. National Voluntary Laboratory Accreditation Program (nvlap) e. Perry Johnson Laboratory Accreditation, Inc. (pjla) f. Canadian Association For Laboratory Accreditation Inc. (cala) g. Standards Council Of Canada (scc) 4.1 Review Documentation As Provided Under Dd 1423 Requirements. 4.2 Critical Manufacturing Processes ( ;applies; ) Heat Treat ( ; ; ) Welding ( ; ; ) Cadmium Plating ( ; ; ) Engineering Chrome Plating ( ; ; ) Nickel Chrome Plating ( ; ; ) Casting(s) ( ; ; ) Forging(s) ( ;applies; ) Mpr (material Processing Requirements) 4.3 The Test To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below 4.3.1 Dimensional Test (special) ;close Tolerances. Hardness Test; 4.3.2 Requirements Of: ;lke Drawing Package; 4.3.3 Form ;applies; 4.3.4 Fit ;n/a; 4.3.5 Function ;n/a; 4.3.6 Compliance With Drawing ( ;80020; ) ;11-61369; , Revision ;v; And Specifications Referenced Therein. 4.4 In Addition To The Above Tests, The First Article(s) To Be Inspected Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With The Contract Requirements 4.5 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Inspection 4.6 The Contractor Shall Notify The Pco, Aco, And Qar Fourteen (14) Days Prior To Conducting The First Article Test So That The Government May Witness Such Testing. 4.6.1 The Qar Shall Be Present To Witness All First Article Testing. 4.6.2 The Following Additional Personnel Shall Witness The First Article Testing: ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834 e-mail: Roy.a.janney.civ@us.navy.mil; 4.7 Disposition Of Fat Samples 4.7.1 ; ; Sample(s) May Be Destroyed During Testing. 4.7.2 ;applies; Unless Otherwise Provided For In The Contract, Sample(s) Shall Remain At The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The sample(s) Have Inspection Approval Of The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. 4.8 Test Sample Coating Instructions 4.8.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative If Required. 4.9 Notice To Government Of Testing At The Contractors Facility. 4.9.1 Far 52.209-3 Applies (a) The Contractor Shall Present ;one; ; Unit(s) Of The Following Cage( ;80020; ; ), Part Number ;11-61369-5; ; , Revision ;v; ; As Specified In This Contract. At Least Fourteen (14) Calendar Days Before The Beginning Of The First Article Testing, The contractor Shall Notify The Contracting Officer, In Writing, Of The Time And Location Of The Testing So That The Government May Witness The Tests. (b) The Contractor Shall Submit The First Article Test Report Within 15 Calendar Days From The Date Of Testing To: ;pco; ; the Contractor Shall Mark The Report "first Article Test Report" And Cite The Contract Number And Lot/item Number. Review Documentation As Provided Under The Dd1423 Requirements. (c) Within 45 Calendar Days After The Government Inspects The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request Shall Repeat Any Or All First Article Tests. After Each Request For Additional Tests, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Then Conduct The Tests And Deliver Another report To The Government Under The Terms And Conditions And Within The Time Specified In Paragraph B Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Present Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract. (f) Unless Otherwise Provided In The Contract, And If The Approved First Article Is Not Consumed Or Destroyed In Testing, The Contractor May Deliver The Approved First Article As Part Of The Contract Quantity If It Meets All Contract Requirements For acceptance. (g) If The Government Does Not Act Within The Time Specified In Paragraph (c) Above The Contracting Officer, Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates and/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Or, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocated To This Contract For 1) Progress Payments, Or 2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government. The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts, And Repair of The First Article During Any First Article Test. (i) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To The Effect With Each First Article. (j) The Test Report (2 Copies) Shall Be In Accordance With Mil-std-831, Unless Otherwise Specified On The Dd1423, And Shall Be Submitted Via The Cognizant Dcmc To Navsup, Attn: (cite Name And Code In Block 10.a Of The Sf33). The Dcmc Shall Provide Comments On form Dd1222 (2 Copies) Which Shall Be Forwarded With The Test Report. Approval Of The Test Report Is The Pco's Responsibility. Upon Notification Of Approval, Condition Approval, The Aco Shall Execute The Dd250 To Indicate Government Acceptance Of The Test report. 4.10 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, Navsup Wss Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run. additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And one That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First article Approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. _____________ Quantity:_______ After Date Of Contract:_________ 4.11 . Mandatory Inspection Requirements: 100% Procurement Contracting Officer (pco) Mandatory Inspection Is Required And Shall Be Accomplished At Source Under The Surveillance And Final Approval Of The Cognizant Dcmao Quality Assurance Representative (qar). during Production, Mandatory Inspection Is Required To Be Accomplished By The Contractor As Follows: A. Level Of Inspection (loi). 1. Critical Characteristics: 100% Inspection Shall Apply. 2. Major And Minor Characteristics: Loi Shall Be In Accordance With A Sampling Plan Acceptable To The Qar. B. Critical Characteristics: ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834 e-mail: Roy.a.janney.civ@us.navy.mil; C. Major And Minor Characteristics 1. Shall Be Defined By The Contractor Subject To Qar Concurrence, Unless Defined On Applicable Drawings And Associated Specifications. 4.12 Special Inspection Requirements ( ;applies; ) Magnetic Particle Inspection ( ;applies; ) Surface Inspection ( ; ; ) Penetrant Inspection ( ; ; ) Radiographic Inspection ( ; ; ) Ultrsonic Inspection ( ; ; ) High Shock Test ( ; ; ) Mechanical Vibration Test 4.13 Final Inspection Requirement:due To The Critical Nature Of This Item, Representatives Of The Buying office/and The Cognizant Field Activity, Nawc Lakehurst, Shall Be Notified By The Successful Contractor At Least 14 Days Prior To Presentation To The Dcm Qar Of The Items For Final Inspection So That They May Have The Option Of witnessing The Final Inspection. The Contractor Shall Notify By Email Or telefax Pco And Nawc Lakehurst Qa ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834 e-mail: Roy.a.janney.civ@us.navy.mil; To Arrange For The Final Inspection.the Authority Of The Qar Shall Not Be Abrogated. If The Notification Is Not Given To Both Sites Then The Qar Shall Not Accept The Units. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable this Is An Alre Critical Safety Item. For Drawing Updates, See Attached Nawc Lke Drawing Update Sheet. navsup Reference Only: (24-10049):procurement Tdr the Components Being Acquired Under This Solicitation Have Been Classified As "critical" Requiring Engineering Source Approval By Naval Air Systems Command Only Those Companies Who Have Submitted & Been Approved Will Be Eligible For Award Under This Solicitation. Any Company May Submit A Source Approval Request As Outlined In This Solicitation. \ date Of First Submission=asreq 16. Remarks Inspection/certification Data Needed To Substantiate The Quality Ofthe First Article Test Unit Shall Be Included In First Article Unit Packaging. The Outside Of The Package That Contains The Data Shall Be Clearly Marked "inspection/certification Data included". (block 12) Date Of First Submission: Concurrently With Delivery Of Fat Items. data Requirements: a. Copies Of All Approved Requests For Variations. b. Surface Finish (of Bare Metal) Per Note 2 Of Drawing 11-61369. c. Dimensional Inspection Per Notes 4 And 15 Of Drawing 11-61369 And Per Field Of Drawing 11-61369. d. Material Properties And Testing Per Note 5 Of Drawing 11-61369. e. Heat Treatment Per Note 6 Of Drawing 11-61369. f. Hardness Testing Per Note 16 Of Drawing 11-61369. g. Identification Per Note 17 Of Drawing 11-61369. date Of First Submission=asreq 16. Remarks: (block 12) Date Of First Submission: Concurrently With Final Inspection. data Requirements: a. Copies Of All Approved Requests For Variations. b. Surface Finish (of Bare Metal) Per Note 2 Of Drawing 11-61369. c. Dimensional Inspection Per Notes 4 And 15 Of Drawing 11-61369 And Per Field Of Drawing 11-61369. d. Material Properties And Testing Per Note 5 Of Drawing 11-61369. e. Heat Treatment Per Note 6 Of Drawing 11-61369. f. Coating Per Note 7 Of Drawing 11-61369. g. Hardness Testing Per Note 16 Of Drawing 11-61369. h. Identification Per Note 17 Of Drawing 11-61369.
Closing Date10 Feb 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description 1. The Department Of Public Works And Highways, Regional Office I, Through The Sr2024-2024-02-008831 Intends To Apply The Sum Of Php 1,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Contract Id No. 24csa022-consultancy Services For The Traffic Study For The Preparation Of Feasibility Study Of Caba-naguilian-sablan Road. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Department Of Public Works And Highways, Regional Office I Office Now Calls For The Submission Of Eligibility Documents For Project: Consultancy Services For The Traffic Study For The Preparation Of Feasibility Study Of Caba-naguilian-sablan Road Location La Union Objectives: This Is To Prepare A Traffic Study For The Construction Of Caba-naguilan-sablan Road As Part Of The Full Feasibility Study Of The Project. This Will Serve As The Basis Of, Among Others, The Proposed Budget For Traffic Study Prospective Bidders Must Submit Their Eligibility Documents On Or Before 10:00 Am On December 12, 2024 At The Bids And Awards Committee Office, Dpwh Regional Office I, Aguila Road, Brgy. Sevilla, City Of San Fernando, La Union. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. The Terms Of Reference (tor), Request For Expression Of Interest (rei) And Eligibility Forms Are Now Available At Dpwh And Philgeps Websites. 3. Bidding Documents Are Now Available At The Dpwh And Philgeps Websites Until The Deadline For The Submission And Receipt Of Technical And Financial Proposals. 4. The Bac Shall Draw Up The Short List Of Eligible Bidders From Those Who Have Submitted Expressions Of Interest And Eligibility Documents And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act,” And Its 2016 Revised Implementing Rules And Regulations (irr). The Short List Shall Consist Of Three (3) Eligible Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: I Experience Of The Firm - 60 Pts. Ii Availability Of The Required Personnel Of The Firm - 10 Pts. Iii Workload - 30 Pts. Total 100 Pts. 5. A Short Listed Association Cannot Disassociate From Each Other; Otherwise, Its Members Should Be Rejected. Neither Can A Short Listed Firm Be Allowed To Associate With Any Other Firms. 6. Prospective Bidders Must Indicate The Amount Of Any Of The Consulting Services Listed Below For Projects Undertaken By The Firm (dpwh-consl-06(tpf2a)-2016: Technical Aspects: Experience On Completed Projects, Government And Private) And Of The Proposed Team Leader/project Manager (curriculum Vitae) On The Eligibility Screening Forms. 1. Feasibility Studies With Ped; 2. Pre-design Services Which Include But Are Not Limited To Reconnaissance, Topographical And Other Engineering And Land Surveys, Soil Investigations, Preparation Of Preliminary Architectural/engineering Designs, Layouts, Outline Specifications, Preliminary Cost Estimates And Specific Recommendations Prior To Actual Design [annex B Of 2016 Irr Of Ra 9184]; 3. Detailed Engineering Design (ded) 7. In Lieu Of The Class “a” Eligibility Documents Mentioned Under Section 8.5.2 Of This Irr, The Bidder Shall Only Submit A Valid And Updated Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr For Purposes Of Determining Eligibility. 8. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Irr Of Ra 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Persons/entities Forming Themselves Into A Joint Venture. Filipino Ownership Or Interest In The Joint Venture Concerned Shall Be At Least Sixty Percent (60%). The Procurement And Employment Of Corporation(s) As Consultant(s) For This Project Is Not Allowed. 9. The Procuring Entity Shall Evaluate Bids Using The Quality-cost Based Evaluation (qcbe) Procedure. The Technical And Financial Proposals Shall Have Weights Of Seventy Percent (70%) And Thirty Percent (30%), Respectively. Shortlisted Bidders Whose Technical Proposal Pass The Minimum Technical Score Of Eighty Points (80 Pts.) Shall Be Invited For The Opening Of Financial Proposal And Negotiation. The Criteria And Rating System For The Evaluation Of Bids Are Provided In The Instructions To Bidders. 10. The Contract Shall Be Completed Within Thirty Eight (38) Calendar Days. 11. Bidders Are Prohibited From Making Or Accepting Any Communication With Members Of The Bac, Its Staff And Personnel, Secretariat, Technical Working Group (twg) And/or Observers, Regarding Matters Connected To Their Bids From Submission And Receipt Of Bids Until The Approval By The Head Of The Procuring Entity (hope) Of The Ranking Of Bidders Per Section 33.1 Of 2016 Revised Irr Of R.a. 9184. However, The Bac, Through Its Secretariat, May Ask In Writing The Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. 12. The Department Of Public Works And Highways Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, Or Not Award The Contract At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Dave D. Delizo Head, Procurement Staff Department Of Public Works And Highways Regional Office I Aguila Road, Brgy. Sevilla, City Of San Fernando, La Union Tel. No. (072) 242-9351 / (072) 607-2544 Gerry G. Jucar Chief, Construction Division Chairperson, Bids And Awards Committee (bac)
Closing Date2 Jan 2025
Tender AmountPHP 1 Million (USD 17.2 K)

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Others
United States
Details: Notice Of Intent To Noncompetitively Acquire An Inverse Gas Chromatography Instrument For 2d Films And Particulates. this Notice Is Not A Request For A Quotation. A Solicitation Document Will Not Be Issued, And Quotations Will Not Be Requested. this Acquisition Is Being Conducted Under The Authority Of Far 13.106-1(b). The North American Industry Classification System (naics) Code For This Acquisition Is 334516– Analytical Laboratory Instrument Manufacturing A Small Business Size Standard Of 1,000 Employees. the National Institute Of Standards And Technology (nist) Infrastructure And Materials Group Within The Engineering Laboratory In Gaithersburg, Maryland Is Seeking An Inverse Gas Chromatography Instrument To Study Work Of Adhesion Through Dispersive And Specific Surface Energy Measurements Of Advanced Packaging Components. These Parameters Will Be Studied Under Variable Temperature And Relative Humidity Throughout The Aging Process To Study Long-term Reliability Of Materials Used In Advanced Packaging Of Semiconductor Chips. This Work Is In Support Of The Chips Metrology Program (grand Challenge 3: Enabling Metrology For Integrating Components In Advanced Packaging). the Chips Metrology Program Develops And Advances Cutting Edge Metrology Capabilities For Members Of The Us Semiconductor Manufacturing Ecosystem. This Nist Conducted Research Program Works With Device Manufacturers, Tool Vendors, Materials Suppliers, And Other Organizations To Address Critical Metrology Gaps To Spur Innovation Within Seven Grand Challenge Areas. For More Information On Chips Metrology, Please Visit Https://www.nist.gov/chips/research-development-programs/metrology-program. in Support Of The Chips Metrology Program, Reliability Testing And Modeling Of Polymeric Components In Advanced Packaging For Semiconductors Will Be Studied And Developed. These Materials Will Include Underfill Epoxies, Thermal Interface Materials, And Redistribution Layer Components. Extensive Material Property Characterization Of These Components And Their Interfacial Properties During Environmental Exposure (e.g., Temperature, Humidity, Thermal Cycling) Will Be Completed For Accurate Reliability Modeling Development. Inverse Gas Chromatography Will Be Used To Measure Shifts In Work Of Adhesion Throughout The Aging Process As Part Of This Work. The Work Of Adhesion Of Films (and Particulates As Needed) Will Be Measured On Samples Throughout The Aging Process. These Properties Will Also Be Measured In Samples Under Variable Temperature And Relative Humidity To Investigate The Effects Of These Environmental Factors On Work Of Adhesion Throughout The Aging Process. the Contractor Shall Provide Inverse Gas Chromatography System That Meets All Technical Specifications And Performance Specifications Identified Below: flame Ionization Detector For Organic Solvent Analysis thermal Conductivity Detector Or Comparable Detector For Competitive Binding Analysis Of Inorganic Gas Molecules Including Oxygen And Carbon Dioxide probe Vapor Injection System instrument Must Be Calibrated For A Standard Series Of Gas Analyte Probes Along With Several Polar Probes. injection Type Options Should Allow For Both Targeted Surface Coverage As Well As Target Moles Injected. the Instrument Should Be Capable Of Conducting Measurements With Controlled Levels Of Surface Coverage Of The Analyte Probe. The Instrument Should Also Be Able To Provide User-specified Variable Coverage To Measure The Effect Of Surface Heterogeneity On Surface Energy And Other Related Material Properties. column Oven temperature Up To At Least 150 °c accommodates Columns Of Varying Inner Diameter (2-10 Mm Inner Diameter). includes Column Holder 2d Film Cell Holder accommodates Thin Films Ranging In Thickness From 102 Nm (supported On A Substrate) To 10 Mm data Station control And Analysis Software pulse Analysis isotherm Analysis dead-time Correction surface Energy Analysis To Include Both Dispersive And Specific Energy Components surface Heterogeneity Mapping To Include Both Heterogeneity Profiling And Distribution acid-base Free Energy Of Desorption Analysis calculation Of Enthalpy Of Specific Free Energy work Of Adhesion Calculation cross-linking Analysis method Data Storage And Display (including Solvents Used) humidity Control (0 % Up To At Least 80 % Relative Humidity) nist Conducted Market Research In November 2024 To January 2025 To Determine What Sources Could Potentially Meet Nist’s Minimum Requirements. This Included Searches On Gsa; Sam; Thomas Register; Surveying Vendor Websites; Speaking With Subject Matter Experts Inside And Outside Of Nist; And Issuance Of A Sources Sought Notice On Sam.gov. Market Research Identified A Few Manufacturers That Produce Gas Chromatography Systems, But Only One With The Ability To Measure Solid Samples. The Results Of Market Research Revealed That Only Surface Measurement Systems Ltd North Amercia (uei: Yt1ngjbght23) Appears To Be Capable Of Meeting Nist’s Requirements. however, Any Sources That Believe They Are Capable Of Meeting Nist’s Minimum Requirements Are Encouraged To Respond To This Notice By The Response Date To Provide The Following Information At A Minimum: Company Unique Entity Identifier (uei) Number In Https://sam.gov; Details About What Your Company Is Capable Of Providing That Meets Or Exceeds Nist’s Minimum Requirements; Whether Your Company Is An Authorized Reseller Of The Product Or Service Being Cited And Evidence Of Such Authorization; And Any Other Information That Can Help Nist Determine Whether This Requirement May Be Competitively Satisfied. a Determination By The Government Not To Compete The Proposed Acquisition Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Only Responses Received By The Offers Due Date And Time Of This Notice Will Be Considered By The Government. Responses Shall Be Submitted Via Email To Nina.lin@nist.gov.
Closing Date11 Feb 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description 1. The Department Of Public Works And Highways, Regional Office I, Through The Sr2024-2024-02-008831 Intends To Apply The Sum Of Php 1,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Contract Id No. 24csa022 (republished)-consultancy Services For The Traffic Study For The Preparation Of Feasibility Study Of Caba-naguilian-sablan Road. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Department Of Public Works And Highways, Regional Office I Office Now Calls For The Submission Of Eligibility Documents For Project: Consultancy Services For The Traffic Study For The Preparation Of Feasibility Study Of Caba-naguilian-sablan Road Location La Union Objectives: This Is To Prepare A Traffic Study For The Construction Of Caba-naguilan-sablan Road As Part Of The Full Feasibility Study Of The Project. This Will Serve As The Basis Of, Among Others, The Proposed Budget For Traffic Study Prospective Bidders Must Submit Their Eligibility Documents On Or Before 10:00 Am On December 20, 2024 At The Bids And Awards Committee Office, Dpwh Regional Office I, Aguila Road, Brgy. Sevilla, City Of San Fernando, La Union. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. The Terms Of Reference (tor), Request For Expression Of Interest (rei) And Eligibility Forms Are Now Available At Dpwh And Philgeps Websites. 3. Bidding Documents Are Now Available At The Dpwh And Philgeps Websites Until The Deadline For The Submission And Receipt Of Technical And Financial Proposals. 4. The Bac Shall Draw Up The Short List Of Eligible Bidders From Those Who Have Submitted Expressions Of Interest And Eligibility Documents And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act,” And Its 2016 Revised Implementing Rules And Regulations (irr). The Short List Shall Consist Of Three (3) Eligible Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: I Experience Of The Firm - 60 Pts. Ii Availability Of The Required Personnel Of The Firm - 10 Pts. Iii Workload - 30 Pts. Total 100 Pts. 5. A Short Listed Association Cannot Disassociate From Each Other; Otherwise, Its Members Should Be Rejected. Neither Can A Short Listed Firm Be Allowed To Associate With Any Other Firms. 6. Prospective Bidders Must Indicate The Amount Of Any Of The Consulting Services Listed Below For Projects Undertaken By The Firm (dpwh-consl-06(tpf2a)-2016: Technical Aspects: Experience On Completed Projects, Government And Private) And Of The Proposed Team Leader/project Manager (curriculum Vitae) On The Eligibility Screening Forms. 1. Feasibility Studies With Ped; 2. Pre-design Services Which Include But Are Not Limited To Reconnaissance, Topographical And Other Engineering And Land Surveys, Soil Investigations, Preparation Of Preliminary Architectural/engineering Designs, Layouts, Outline Specifications, Preliminary Cost Estimates And Specific Recommendations Prior To Actual Design [annex B Of 2016 Irr Of Ra 9184]; 3. Detailed Engineering Design (ded) 7. In Lieu Of The Class “a” Eligibility Documents Mentioned Under Section 8.5.2 Of This Irr, The Bidder Shall Only Submit A Valid And Updated Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr For Purposes Of Determining Eligibility. 8. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Irr Of Ra 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Persons/entities Forming Themselves Into A Joint Venture. Filipino Ownership Or Interest In The Joint Venture Concerned Shall Be At Least Sixty Percent (60%). The Procurement And Employment Of Corporation(s) As Consultant(s) For This Project Is Not Allowed. 9. The Procuring Entity Shall Evaluate Bids Using The Quality-cost Based Evaluation (qcbe) Procedure. The Technical And Financial Proposals Shall Have Weights Of Seventy Percent (70%) And Thirty Percent (30%), Respectively. Shortlisted Bidders Whose Technical Proposal Pass The Minimum Technical Score Of Eighty Points (80 Pts.) Shall Be Invited For The Opening Of Financial Proposal And Negotiation. The Criteria And Rating System For The Evaluation Of Bids Are Provided In The Instructions To Bidders. 10. The Contract Shall Be Completed Within Thirty Eight (38) Calendar Days. 11. Bidders Are Prohibited From Making Or Accepting Any Communication With Members Of The Bac, Its Staff And Personnel, Secretariat, Technical Working Group (twg) And/or Observers, Regarding Matters Connected To Their Bids From Submission And Receipt Of Bids Until The Approval By The Head Of The Procuring Entity (hope) Of The Ranking Of Bidders Per Section 33.1 Of 2016 Revised Irr Of R.a. 9184. However, The Bac, Through Its Secretariat, May Ask In Writing The Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. 12. The Department Of Public Works And Highways Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, Or Not Award The Contract At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Dave D. Delizo Head, Procurement Staff Department Of Public Works And Highways Regional Office I Aguila Road, Brgy. Sevilla, City Of San Fernando, La Union Tel. No. (072) 242-9351 / (072) 607-2544 Gerry G. Jucar Chief, Construction Division Chairperson, Bids And Awards Committee (bac)
Closing Date14 Jan 2025
Tender AmountPHP 1 Million (USD 17.1 K)
6851-6860 of 6980 archived Tenders