Transportation Tenders

Transportation Tenders

DEPT OF THE NAVY USA Tender

Scraps
United States
Description: Contact Information|4|n743.49|wvm|7176052147|benjamin.t.spangler.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E.| inspection Of Supplies--fixed-price (aug 1996)|2||| time Of Delivery (june 1997)|20|0001aa|25|365|0001ab|lot|see Dd1423|0001ac|1|150|||||||||||| stop-work Order (aug 1989)|1|| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |n/a|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material |n50286|tbd|133.2|n/a|n/a|n39040 - Certifications |n/a |n/a|see Dd Form 1423 |port_ptnh_wawf_notification@navy.mil Benjamin.t.spangler.civ@us.navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Veterans (jun 2020)|4||||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| warranty Of Data--basic (mar 2014)|2||| small Business Subcontracting Plan (sep 2023)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| first Article Approval--government Testing (sep 1989)|7|1|0001ac|150|receiving Officer Portsmouth Naval Shipyard, Building 240, Code 240. (207-438-5445) Kittery, Me 03904-5000|30|x|| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| progress Payments (nov 2021)|4||||| list Of Award Attachments|5|||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|13|335931|600|||||||||||| cost Accounting Standards Notices And Certification (deviation 2018-o0015)(may 2018))|1|| instructions To Offerors -- Competitive Acquisition (nov 2021)|2||| type Of Contract (apr 1984)|1|firm Fixed| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x|| evaluation Of First Article Testing|3|x|$42,000|| this Amendment Is Issued To Update Solicitation Clauses. this Requirement Is Not A Small Business Set-aside And Is Full And Open. \ ---this Requirement Is Not A Small Business Set-aside.--- 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already Onfile At Navsup Wss Mechanicsburg. 2. Portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference Ton00102 Within This Order Should Be Updated To N50286. 3. The Following Proposed Delivery Schedule Applies: submission Of Certification Data Cdrls Will Be On Or Before 20 Days Prior To Scheduled Delivery. weld Procedure And Qual Data 120 Days Adc Lt approval Of Weld Procedures And Qual Data 60 Days After Receipt fat Report 150 Days After Approval Of Pr Lt approval Of Fat Report 30 Days After Receipt Pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt Of Certification Dd 1423 Cdrls. Final Delivery Of Material Will Be On Or Before 365 Days After Effective Date Of The Resulting Contract. 4. Any Contract Awarded As A Result Of This Solicitation Will Be "dx" Rated Order; "dx" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). 5. Navsup Wss Mechanicsburg Will Be Considering Past Performance In The Evaluation Of Offers In Accordance With Far 13.106(a)(2) And Dfars 252.213-7000. 6. If Drawings Are Included In The Solicitation, Access Needs To Be Requested On The Individual Solicitation Page On Contracts Opportunities On The Government's Beta.sam Website. After Requesting Access, Send An Email To The Primary Poc Listed On The Solicitation. 7. This Solicitation Requires First Article Testing. Far 52.290-4 First Article Approval - Government Testing For More Details. 8. The Complete Rfp Package Must Be Signed And Returned Prior To The Closing Date. Emailed Or Faxed Proposals Are Acceptable. Neco Quotes Will Not Be Accepted And Will Be Determined Non-responsive. \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.2.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. drawing Data=1197258 |53711| C| |d|0001 | C|49998|0876328 document Ref Data=fed-std-h28 | | |b |190424|a| | | document Ref Data=fed-std-h28 |0020| |b |941221|a| |01| document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=qq-n-281 | | |d |851023|a| 2| | document Ref Data=qq-n-286 | | |g |001207|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-dtl-1222 | | |j |001208|a| | | document Ref Data=mil-std-2035 | | |a |950515|a| | | document Ref Data=mil-std-2132 | | |d |080211|f| |01| document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-dtl-24231 | | |e |130426|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=a-a-59004 | | |b |181118|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=0900-lp-001-7000 | | | |810101|c| |01| document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;the Electrical Hull Fitting And Transmitter Cable Assembly For The An/bst-1 Must Be In Accordance With Naval Ship Engineering Center Drawing 803-1197258, Except As Amplified Or Modified Herein.; 3.2 ;ls2swu-12 Cable Is To Be Used In Lieu Of Ls2swua-12 Cable.; 3.3 First Article Approval (government Testing) - First Article Test (fat) And Approval Is Required. 3.4 ;the First Article Test (fat) Sample(s) Must Not Be Delivered Against The Contract Quantity.; 3.5 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;receptacle Body, Item 14; material - ;qq-n-281, Class A; part - ;hull Fitting Body, Item 2; Body Cover, Item 3; Washer, Item 4; And Nut, Item 5; material - ;qq-n-286, Form 2, Cold Drawn Or Hot Finished, Annealed And Age Hardened And Must Meet The Mechanical Requirements Cited In Note 2.h Of Drawing 803-1197258 Except The Brinell Hardness Minimum Is 250 Instead Of 265 As Listed In Note 2.h; 3.6 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings Is Still Required, But Certifications Are Only Required As Listed Below. test - Quality Conformance/compliance Inspection item - ;each Electrical Hull Fitting Assembly; performance - ;mil-dtl-24231, Table I For Type Iv And Note 22 On Drawing 803-1197258; acceptance - ;mil-dtl-24231; test - ;dye Penetrant Inspection; item - ;hull Fitting Body, Item 2; Body Cover, Item 3; Washer, Item 4; And Nut, Item 5; performance - T9074-as-gib-010/271 acceptance - Mil-std-2035 test - Ultrasonic Inspection On Starting Material item - ;all Items Requiring Certification Made From Qq-n-286 With A Diameter Or Minimum Distance Between Parallel Surfaces Of 4 Inches Or Greater Of The Starting Material, Or When Required By A Drawing Or Specification Invoked Elsewhere In This Contract; performance - T9074-as-gib-010/271 Or Mil-std-2132, And Qq-n-286 acceptance - Qq-n-286 attribute - Annealing And Age Hardening item - ;hull Fitting Body, Item 2; Body Cover, Item 3; Washer, Item 4; And Nut, Item 5; performance - Qq-n-286 test - 5x Visual Magnification Or Dye Penetrant Inspection (root Layer) item - Weldments performance - T9074-as-gib-010/271 acceptance - Mil-std-2035 test - Visual And Dye Penetrant Inspection (final Layer) item - Weldments performance - T9074-as-gib-010/271 acceptance - Mil-std-2035 test - Non-destructive Tests item - ;weld Repair (as Applicable); performance - Per Applicable Fabrication Specification acceptance - Per Applicable Fabrication Specification 3.7 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig. the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes. 3.8 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test Of Qq-n-286 Must Be Performed By One Of The Following Laboratories: huntington Alloys, A Special Metals Company attn: Bill Bolenr 3200 Riverside Drive huntington, Wv 257059 phone: (304) 526-5889 fax: (304) 526-5973 metallurgical Consultants, Inc. attn: W. M. Buehler 4820 Caroline po Box 88046 houston, Tx 77288-0046 phone: (713) 526-6351 fax: (713) 526-2964 naval Surface Warfare Center, Carderock Division attn: Eric Focht Code 614 9500 Macarthur Blvd west Bethesda, Md 20817-5700 phone: (301) 227-5032 fax: (301) 227-5576 teledyne Allvac attn: Dr. W. D. Cao 2020 Ashcraft Ave. monroe, Nc 28110 phone: (704) 289-4511 fax: (704) 289-4269 westmoreland Mechanical Testing And Research Inc. attn: Andrew Wisniewski p.o. Box 388 youngstown, Pa 15696-0388 mannesmann Rohrenwerke mannesmann Forschungsinstitut (mfi) attn: Dr. Weiss postfach 251160 47251 Duisburg germany phone: 011-49-0203-9993194 fax: 011-49-0203-9994415 thyssenkrupp Vdm Usa, Inc. attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 houston, Tx 77065-4939 phone: (281) 955-6683 3.9 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. 3.10 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent inspection In Accordance With Asme B1 Series Is Acceptable. 3.10.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement. 3.10.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System 22 Of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222. 3.10.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.11 Thread Lubricant - Thread Lubricants Containing Molybdenum Disulfide Must Not Be Used On This Material. Bacteria In Water, Especially Seawater, Causes Molybdenum Disulfide To Break Down. The By-products Of The Breakdown Form Compounds Which Attack The fasteners. Anti-galling Compound A-a-59004 Must Be Used As A Replacement When Thread Lubricant Is Required For Assembly. 3.12 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.13 O-ring Grooves And Mating Sealing Surfaces Must Be Inspected Per The Contractually Invoked Drawings Or Specifications. When The Drawings Or Specifications Do Not Provide Specific Defect Criteria Or State That No Defects Are Allowed, The General acceptance Criteria (gac) Standard Must Be Used For Inspecting O-ring Grooves And Mating Sealing Surfaces Only. Repairs To Sealing Surfaces And O-ring Grooves With Unacceptable Defects May Be Accomplished Within The Limits Of The Size And Tolerances Provided in The Applicable Drawing. Repairs Thatwould Exceed These Limits Require Approval (including Final Dimensions). The Data That Is Red Lined (crossed Out) Is Excluded From The Gac For This Contract And Is Not To Be Used For Acceptance Or Rejection Criteria. the Gac Document Is Identified As Contract Support Library Reference Number Csd008 At Https://register.nslc.navy.mil/ 3.14 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel applications, Or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing, Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Repair Welding Is Not permitted On ;qq-n-286 Material; . Procedures And Qualification Data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.15 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.15.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide a Copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.15.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.15.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.16 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.17 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further application Of The Above Documents Is Prohibited.prohibited. 3.17.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. ^ Quality Assurance Requirements ^ 3.18 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected, identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer. 3.19 See Cdrls Di-misc-80875 (welding Procedures) And Di-misc-80876 (weld Procedure Qualification Data) - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As Part Of The Certification Oqe Package Submitted By The Contractor. note: These Requirements Do Not Apply To Tack/spot Welds. 3.19.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.19.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted, citing The Drawing Number And Pieces To Be Welded. (i.e. "wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc." Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz.") 3.19.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010/248, S9074-ar-gib-010a/278, And the Contract. 3.19.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application. 3.19.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual agreement Between The Vendor And Dcma. 3.19.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted as Part Of The Qualification Data. 3.19.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element. 3.19.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.19.9 When Production Or Repair Welding Is Required On Titanium Materials, The Applicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval. 3.19.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf. 3.19.11 See Cdrl Di-misc-80678 (consumed Weld Metal) - A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following: a) Filler Metal Lot Number(s) b) Specification And Type c) A Positive Statement That The Vendor Has Obtained Oqe And Verified That Each Lot Of Weld Filler Material Conforms To Specification Requirements. d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption. 3.19.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.20 First Article Test/inspection (government) - ;destructive; - The Contractor Shall Deliver ;one (1); Unit(s) To ;receiving Officer Portsmouth Naval Shipyard, Building 240, Code 240. (207-438-5445) Kittery, Me 03904-5000; For First Article Tests In Accordance With The ;requirements Of Mil-dtl-24231, Table I For Type Iv And Note 21 On Drawing 803-1197258; . 3.21 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.21.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.21.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.21.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.21.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.21.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.22 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.22.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.22.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided by The Government Representative. 3.23 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.23.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.23.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.23.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.23.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be established. Records Of This Effort Must Be Available For Review By The Government. 3.23.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.24 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.24.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.24.2 Inspection For Completeness And Proper Type. 3.24.3 Verification Of Material Quality Received. 3.24.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.24.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.24.6 Identification And Protection From Improper Use Or Disposition. 3.24.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.24.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.24.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.25 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3, section C Of This Contract/purchase Order. 3.25.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That implement The Material Control Requirements Stated Herein And Elsewhere In This Contract/purchase Order. 3.26 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component. 3.26.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing. 3.26.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And the Tag Securely Affixed To The Material. 3.26.3 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Assembly Identifying The Part number, Piece Number, Traceability Number, And The Location Of The Permanent Mark. 3.26.4 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ; 3.27 See Cdrl Di-misc-81020 (chemical And Mechanical) - Material Certification - In Addition To The Certification Data Requirements Specified In Di-misc-81020, The Following Material Certification Requirements Apply: 3.27.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The material Supplied. 3.27.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, the Original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Material And At A Minimum Contain The Information Below. traceability Marking ________________________________________________ (marking On Finished Item) is Fabricated From Raw Material Identified To heat/lot Number ______________ And Heat Treat Number _____________________ (when Applicable) _________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.) 3.27.3 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract requirements. Transcription Of Certification Data Is Prohibited. 3.27.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable. 3.27.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.28 Material Handling - The Written Material Control Process Must Include The Following: 3.28.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.28.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.28.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.28.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors. 3.28.5 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.28.6 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.29 Receiving Inspection - 3.29.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To another Location. 3.29.2 Receiving Inspection Must Include As A Minimum - verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports. verification That Certification Test Reports Are Legible And Complete. verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements. 3.30 Discrepancy Reporting - 3.30.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government Quality Assurance Representative (qar). 3.31 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.31.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.31.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.31.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.31.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.32 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed - Oct 29 2010 - Added Sampling Std For Li In-process Testing - Jun 28 2012 - Updated Ut Of Qq-n-286 Bar 4" And Over - Sep 30 2008 - Thread Inspection Requirements Were Clarified - Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Apr 22 2009 - Added Evidence Of Dcma Observing Test Plate Welding & Ndt - Mar 18 2008 - Identify Applicable Weld Joints With Weld Procedures - Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - May 02 2009 - Added Lubricants And Sealants To The C Of C - Aug 27 2014 - Took Out Contractor's Phone Number Requirement - Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 12 - Within 120 Days After Contract Award, Submit One Copy Of The Welding Procedure (for Info) With The Qualification Data (for Approval/disapproval). Approval Must Be Obtained Prior To Performing Any Welding. this Review (approval/disapproval) Must Be Within 90 Days From Date Of Receipt. date Of First Submission=asreq block 12 - Within 120 Days After Contract Award, Submit One Copy Of The Welding Procedure (for Info) With The Qualification Data (for Approval/disapproval). Approval Must Be Obtained Prior To Performing Any Welding. this Review (approval/disapproval) Must Be Within 90 Days From Date Of Receipt. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 12 - See Clause 52.209-3 For Submittal Timeframes.
Closing Date9 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Chemical Products
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n743.7|wve|717-605-3875|jill.sabol@navy.mil| item Unique Identification And Valuation (mar 2022)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Section C| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| wide Area Workflow Payment Instructions (dec 2018)|16|material - Invoice & Receiving Report (combo) Certifications - Stand-alone Receiving Report |material - Inspection & Acceptance At Source Certifications - Inspection At Destination & Acceptance At Other |tbd|n00104|tbd|certifications - N39040; Material -s4306a |n50286|tbd|133.2|n/a|n/a|certifications - N39040|n/a|n/a|see Dd Form 1423|port_ptnh_wawf_notification@navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From The Date Of Delivery |one Year From The Date Of Delivery ||||| warranty Of Data--basic (mar 2014)|2||| transportation Of Supplies By Sea (feb 2019)|2||| first Article Approval--government Testing (sep 1989)|7|one|0001ac|180|receiving Officer, Code 526, Portsmouth Naval Shipyard, Portsmouth, Nh 03804-5000; Mf Equipment Testing Laboratory, Code 270.1 |30||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| annual Representations And Certifications (may 2022)|13|334220|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| the Hour And Date Specified For Receipt Of Offers Has Been Extended To 4:30pm Est On 31 January 2025. the Small Business Set-aside Is Been Dissolved. 1. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 2. Any Contract/order Awarded As A Result Of This Solicitation Will Be A "do" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). See 52.211-14, Notice Of Priority Rating For National Defense, Emergency preparedness, And Energy Program Use. 3. Only Those Sources With An Acceptable Quality Assurance Manual Are Eligible For Award Under This Solicitation. The Navy Has Found From Past Experience That Quality Control Is Essential To Assure Personnel Safety In Critical Areas And To Provide For The Safe operation Of Submarines And Certain Systems On Surface Ships. See Wssterm Lz02. Vendors Submitting Quality Manuals Shall Submit Them To Jill.sabol@navy.mil Instead Of 0243.qamanual@navy.mil. 4. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 5. Navsup Wss Mech Will Be Considering Past Performance In The Evaluation Of Offers. 6. If Drawings Are Included In The Solicitation, Access Must Be Requested On The Individual Solicitation Page On Contract Opportunities Via The Government's Sam.gov Website. Include Your Cage Code In Your Request. 7. Unless Otherwise Stated On The Dd1423, Submission Of Dd1423 Certification Data (cdrls) Will Be On Or Before 20 Days Prior To The Material (line Item 0001aa) Delivery Date. Pnsy Review/acceptance Of Cdrls Shall Be 6 Working Days After Receipt Of Cdrls. Final delivery Of Material Will Be On Or Before 500 Days After The Effective Date Of The Order. 8. This Procurement Has First Article Test Requirements. \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.2.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2.3 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. drawing Data=cpg1022-1 |96169| D| |d|0000.a | D|49998|0074948 drawing Data=cpg1022-1 |96169| D| |d|0000.b | C|49998|0129832 drawing Data=cpg1022-1 |96169| D| |d|0000.c | D|49998|0016731 drawing Data=cpg1022-1 |96169| D| |d|0001 | D|49998|0095662 drawing Data=cpg1022-1 |96169| D| |d|0002 | C|49998|0048488 drawing Data=cpg1022-1 |96169| D| |d|0003 | C|49998|0049407 drawing Data=cpg1022-1 |96169| D| |d|0004 | D|49998|0061828 drawing Data=cpg1022-1 |96169| D| |d|0005 | B|49998|0017369 drawing Data=cpg1022-1 |96169| D| |d|0006 | D|49998|0024738 drawing Data=cpg1022-1 |96169| D| |d|0007 | B|49998|0020905 drawing Data=cpg1022-1 |96169| D| |d|0008 | D|49998|0019097 drawing Data=cpg1022-1 |96169| D| |d|0009 | C|49998|0017763 drawing Data=cpg1022-1 |96169| D| |d|0010 | D|49998|0055696 drawing Data=cpg1022-1 |96169| D| |d|0011 | B|49998|0015906 drawing Data=cpg1025 |96169| P| |d|0001 | P|49998|0031294 drawing Data=cpg1025 |96169| P| |d|0002 | P|49998|0013077 drawing Data=cpg1025 |96169| P| |d|0003 | P|49998|0011923 drawing Data=cpg1025 |96169| P| |d|0004 | P|49998|0021385 drawing Data=cpg1025 |96169| P| |d|0005 | P|49998|0020123 drawing Data=cpg1025 |96169| P| |d|0006 | P|49998|0012596 drawing Data=cpg1025 |96169| P| |d|0007 | P|49998|0020575 drawing Data=cpg1025 |96169| P| |d|0008 | P|49998|0025829 drawing Data=cpg1025 |96169| P| |d|0009 | P|49998|0025129 drawing Data=cpg1025 |96169| P| |d|0010 | P|49998|0025305 drawing Data=cpg1025 |96169| P| |d|0011 | P|49998|0026218 drawing Data=cpg1025 |96169| P| |d|0012 | P|49998|0023610 drawing Data=cpg1025 |96169| P| |d|0013 | P|49998|0024504 drawing Data=cpg1025 |96169| P| |d|0014 | P|49998|0020909 drawing Data=cpg1025 |96169| P| |d|0015 | P|49998|0025043 drawing Data=cpg1025 |96169| P| |d|0016 | P|49998|0024761 drawing Data=cpg1025 |96169| P| |d|0017 | P|49998|0027299 drawing Data=cpg1025 |96169| P| |d|0018 | P|49998|0042937 drawing Data=cpg1025 |96169| P| |d|0019 | P|49998|0040502 drawing Data=cpg1025 |96169| P| |d|0020 | P|49998|0036449 drawing Data=cpg1025 |96169| P| |d|0021 | P|49998|0036830 drawing Data=cpg1025 |96169| P| |d|0022 | P|49998|0033796 drawing Data=cpg1025 |96169| P| |d|0023 | P|49998|0027339 drawing Data=cpg1025 |96169| P| |d|0024 | P|49998|0041721 drawing Data=cpg1025 |96169| P| |d|0025 | P|49998|0036782 drawing Data=cpg1025 |96169| P| |d|0026 | P|49998|0037911 drawing Data=cpg1025 |96169| P| |d|0027 | P|49998|0019706 drawing Data=cpg1025 |96169| P| |d|0028 | P|49998|0031258 drawing Data=cpg1025 |96169| P| |d|0029 | P|49998|0028386 drawing Data=cpg1025 |96169| P| |d|0030 | P|49998|0034996 drawing Data=cpg1025 |96169| P| |d|0031 | P|49998|0037489 drawing Data=cpg1025 |96169| P| |d|0032 | P|49998|0026677 drawing Data=cpg1025 |96169| P| |d|0033 | P|49998|0017312 drawing Data=cpg1025 |96169| P| |d|0034 | P|49998|0030851 drawing Data=cpg1025 |96169| P| |d|0035 | P|49998|0028589 drawing Data=cpg1025 |96169| P| |d|0036 | P|49998|0009063 drawing Data=cpg1025 |96169| P| |d|0037 | P|49998|0004112 drawing Data=cpg1025 |96169| P| |d|0038 | P|49998|0013152 drawing Data=cpg1025 |96169| P| |d|0039 | P|49998|0009572 drawing Data=cpg1025 |96169| P| |d|0040 | P|49998|0012321 drawing Data=cpg1025 |96169| P| |d|0041 | P|49998|0009310 drawing Data=cpg1025 |96169| P| |d|0042 | P|49998|0006784 drawing Data=cpg1025 |96169| P| |d|0043 | P|49998|0006124 drawing Data=cpg1025 |96169| P| |d|0044 | P|49998|0008489 drawing Data=cpg1025 |96169| P| |d|0045 | P|49998|0007044 drawing Data=cpg1025-1 |96169| M| |d|0000.a | M|49998|0758554 drawing Data=cpg1025-1 |96169| M| |d|0000.b | G|49998|1277830 drawing Data=cpg1025-1 |96169| M| |d|0000.c | M|49998|0763525 drawing Data=cpg1025-1 |96169| M| |d|0001 | L|49998|1091102 drawing Data=cpg1025-1 |96169| M| |d|0002 | M|49998|1201771 drawing Data=cpg1025-1 |96169| M| |d|0003 | L|49998|1102853 drawing Data=cpg1025-1 |96169| M| |d|0004 | E|49998|0841196 drawing Data=cpg1025-1 |96169| M| |d|0005 | D|49998|0392069 drawing Data=cpg1025-1 |96169| M| |d|0006 | B|49998|0547744 drawing Data=cpg1025-1 |96169| M| |d|0007 | D|49998|0409468 drawing Data=cpg1025-1 |96169| M| |d|0008 | B|49998|0424196 drawing Data=cpg1025-1 |96169| M| |d|0009 | L|49998|0555538 drawing Data=cpg1025-1 |96169| M| |d|0010 | J|49998|0536845 drawing Data=cpg1025-1 |96169| M| |d|0011 | B|49998|0594238 drawing Data=cpg1025-1 |96169| M| |d|0012 | A|49998|0635118 drawing Data=cpg1025-1 |96169| M| |d|0013 | F|49998|0683845 drawing Data=cpg1025-1 |96169| M| |d|0014 | C|49998|0649459 drawing Data=cpg1025-1 |96169| M| |d|0015 | A|49998|0543639 drawing Data=cpg1025-1 |96169| M| |d|0016 | C|49998|0683318 drawing Data=cpg1025-1 |96169| M| |d|0017 | D|49998|0554866 drawing Data=cpg1025-1 |96169| M| |d|0018 | D|49998|0421953 drawing Data=cpg1025-1 |96169| M| |d|0019 | K|49998|0559184 drawing Data=cpg1025-1 |96169| M| |d|0020 | K|49998|0762215 drawing Data=cpg1025-1 |96169| M| |d|0021 | M|49998|0397387 drawing Data=cpg1025-2 |96169| K| |d|0000.a | K|49998|0360625 drawing Data=cpg1025-2 |96169| K| |d|0000.b | D|49998|0070485 drawing Data=cpg1025-2 |96169| K| |d|0000.c | K|49998|0359139 drawing Data=cpg1025-2 |96169| K| |d|0001 | J|49998|0498469 drawing Data=cpg1025-2 |96169| K| |d|0002 | K|49998|0607194 drawing Data=cpg1025-2 |96169| K| |d|0003 | G|49998|0491202 drawing Data=cpg1025-2 |96169| K| |d|0004 | E|49998|0491268 drawing Data=cpg1025-2 |96169| K| |d|0005 | F|49998|0659594 drawing Data=cpg1025-2 |96169| K| |d|0006 | F|49998|0049431 drawing Data=cpg1025-2 |96169| K| |d|0007 | F|49998|0566711 drawing Data=cpg1025-2 |96169| K| |d|0008 | D|49998|0028577 drawing Data=cpg1025-2 |96169| K| |d|0009 | D|49998|0032712 drawing Data=cpg1025-2 |96169| K| |d|0010 | D|49998|0014537 drawing Data=cpg1025-2 |96169| K| |d|0011 | D|49998|0017877 drawing Data=cpg1025-2 |96169| K| |d|0012 | D|49998|0014800 drawing Data=cpg1025-2 |96169| K| |d|0013 | D|49998|0017435 drawing Data=cpg1025-2 |96169| K| |d|0014 | D|49998|0019633 drawing Data=cpg1025-2 |96169| K| |d|0015 | H|49998|0360727 drawing Data=cpg1025-2 |96169| K| |d|0016 | K|49998|0452047 drawing Data=cpg1025-2 |96169| K| |d|0017 | K|49998|0289051 drawing Data=d135925 |13030| J| |d|0001 | J|49998|0172425 document Ref Data=fed-std-h28 | | |b |190424|a| | | document Ref Data=fed-std-h28 |0020| |b |941221|a| |01| document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=qq-n-286 | | |g |001207|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-std-2035 | | |a |950515|a| | | document Ref Data=mil-std-2132 | | |d |080310|f| |01| document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=a-a-59004 | | |b |181118|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=0900-lp-001-7000 | | | |810101|c| |01| document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;hull Penetrator Assembly Must Be In Accordance With Spears Associates Inc. Drawing D135925; Assembly D135925-1, And General Dynamics Specification Cpg 1025, Less Piece 19, Except As Amplified Or Modified Herein.; 3.2 First Article Approval (government Testing) - First Article Test (fat) And Approval Is Required. 3.3 ;the Fat Sample(s) Must Not Be Delivered Against The Contract Quantity.; 3.4 ;paragraph 4.1 Of Cpg 1025 Does Not Apply.; 3.5 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;hull Penetrator Body (cpg 1025/2-003), Nut (cpg 1022/1-005), And Washer (cpg 1025/1-005); material - ;qq-n-286, Form 2 Or Form 7, Annealed And Age Hardened. Mechanical Properties To Be In Accordance With Cpg 1025, Paragraph 3.3.2; 3.6 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings Is Still Required, But Certifications Are Only Required As Listed Below. test - Quality Conformance/compliance Inspection item - ;each Hull Penetrator Assembly; performance - ;cpg 1025, Paragraph 4.5; acceptance - ;cpg 1025, Paragraph 4.5; attribute - Annealing And Age Hardening item - ;each Hull Penetrator Body (cpg 1025/2-003), Nut (cpg 1022/1-005), And Washer (cpg 1025/1-005); performance - Qq-n-286 test - Ultrasonic Inspection On Starting Material item - ;all Items Requiring Certification Made From Qq-n-286 With A Diameter Or Minimum Distance Between Parallel Surfaces Of 4 Inches Or Greater Of The Starting Material, Or When Required By A Drawing Or Specification Invoked Elsewhere In This Contract; performance - T9074-as-gib-010/271 Or Mil-std-2132, And Qq-n-286 acceptance - Qq-n-286 attribute - Time Temperature Plots And Certified Calibration Records Of Furnace Temperature Measuring Devices item - ;each Hull Penetrator Body (cpg 1025/2-003), Nut (cpg 1022/1-005), And Washer (cpg 1025/1-005); performance - ;when Required By Cpg 1025, Paragraph 3.3.1.2; test - ;dye Penetrant Inspection; item - ;each Penetrator Body (cpg 1025/2-003), Nut (cpg 1022/1-005), And Washer (cpg 1025/1-005); performance - T9074-as-gib-010/271 acceptance - Mil-std-2035 3.7 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig. the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes. 3.8 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent inspection In Accordance With Asme B1 Series Is Acceptable. 3.8.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement. 3.8.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System 22 of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222. 3.8.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.9 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel Applications, or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing, Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Repair Welding Is Not Permitted On ;hull penetrator Body (cpg 1025/2-003), Nut (cpg 1022/1-005), And Washer (cpg 1025/1-005); . Procedures And Qualification Data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.10 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.11 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test Of Qq-n-286 Must Be Performed By One Of The Following Laboratories: huntington Alloys, A Special Metals Company attn: Bill Bolenr 3200 Riverside Drive huntington, Wv 257059 phone: (304) 526-5889 fax: (304) 526-5973 metallurgical Consultants, Inc. attn: W. M. Buehler 4820 Caroline po Box 88046 houston, Tx 77288-0046 phone: (713) 526-6351 fax: (713) 526-2964 naval Surface Warfare Center, Carderock Division attn: Eric Focht Code 614 9500 Macarthur Blvd west Bethesda, Md 20817-5700 phone: (301) 227-5032 fax: (301) 227-5576 teledyne Allvac attn: Dr. W. D. Cao 2020 Ashcraft Ave. monroe, Nc 28110 phone: (704) 289-4511 fax: (704) 289-4269 westmoreland Mechanical Testing And Research Inc. attn: Andrew Wisniewski p.o. Box 388 youngstown, Pa 15696-0388 mannesmann Rohrenwerke mannesmann Forschungsinstitut (mfi) attn: Dr. Weiss postfach 251160 47251 Duisburg germany phone: 011-49-0203-9993194 fax: 011-49-0203-9994415 thyssenkrupp Vdm Usa, Inc. attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 houston, Tx 77065-4939 phone: (281) 955-6683 3.12 Thread Lubricant - Thread Lubricants Containing Molybdenum Disulfide Must Not Be Used On This Material. Bacteria In Water, Especially Seawater, Causes Molybdenum Disulfide To Break Down. The By-products Of The Breakdown Form Compounds Which Attack The fasteners. Anti-galling Compound A-a-59004 Must Be Used As A Replacement When Thread Lubricant Is Required For Assembly. 3.13 O-ring Grooves And Mating Sealing Surfaces Must Be Inspected Per The Contractually Invoked Drawings Or Specifications. When The Drawings Or Specifications Do Not Provide Specific Defect Criteria Or State That No Defects Are Allowed, The General acceptance Criteria (gac) Standard Must Be Used For Inspecting O-ring Grooves And Mating Sealing Surfaces Only. Repairs To Sealing Surfaces And O-ring Grooves With Unacceptable Defects May Be Accomplished Within The Limits Of The Size And Tolerances Provided in The Applicable Drawing. Repairs Thatwould Exceed These Limits Require Approval (including Final Dimensions). The Data That Is Red Lined (crossed Out) Is Excluded From The Gac For This Contract And Is Not To Be Used For Acceptance Or Rejection Criteria. the Gac Document Is Identified As Contract Support Library Reference Number Csd008 At Https://register.nslc.navy.mil/ 3.14 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.14.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide a Copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.14.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/ 3.14.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.15 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further application Of The Above Documents Is Prohibited.prohibited. 3.15.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. 3.16 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.17 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.18 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected, identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer. 3.19 Welding Requirements - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In Addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As part Of The Certification Oqe Package Submitted By The Contractor. note: These Requirements Do Not Apply To Tack/spot Welds. 3.19.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.19.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted, citing The Drawing Number And Pieces To Be Welded. (i.e. ''wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc'.' Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz'') 3.19.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010, S9074-ar-gib-010a/278,248d The contract. 3.19.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application. 3.19.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual agreement Between The Vendor And Dcma. 3.19.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted as Part Of The Qualification Data. 3.19.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element. 3.19.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.19.9 When Production Or Repair Welding Is Required On Titanium Materials, Theapplicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval. 3.19.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf. 3.19.11 A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following: a) Filler Metal Lot Number(s) b) Specification And Type c) A Positive Statement That The Vendor Has Obtained Oqe And Verified That Each Lot Of Weld Filler Material Conforms To Specification Requirements. d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption. 3.19.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.20 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.20.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.20.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.20.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.20.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.20.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.21 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.21.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.21.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided by The Government Representative. 3.22 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.22.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.22.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.22.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.22.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be established. Records Of This Effort Must Be Available For Review By The Government. 3.22.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.23 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.23.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.23.2 Inspection For Completeness And Proper Type. 3.23.3 Verification Of Material Quality Received. 3.23.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.23.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.23.6 Identification And Protection From Improper Use Or Disposition. 3.23.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.23.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.23.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.24 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3, section C Of This Contract/purchase Order. 3.24.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That implement The Material Control Requirements Stated Herein And Elsewhere In This Contract/purchase Order. 3.25 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component. 3.25.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing. 3.25.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And the Tag Securely Affixed To The Material. 3.25.3 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Assembly Identifying The Part number, Piece Number, Traceability Number, And The Location Of The Permanent Mark. 3.25.4 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ; 3.26 See Cdrl Di-misc-81020 (chemical And Mechanical) - Material Certification - In Addition To The Certification Data Requirements Specified In Di-misc-81020, The Following Material Certification Requirements Apply: 3.26.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The material Supplied. 3.26.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, the Original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Material And At A Minimum Contain The Information Below. traceability Marking ________________________________________________ (marking On Finished Item) is Fabricated From Raw Material Identified To heat/lot Number ______________ And Heat Treat Number _____________________ (when Applicable) _________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.) 3.26.3 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract requirements. Transcription Of Certification Data Is Prohibited. 3.26.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable. 3.26.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.27 Material Handling - The Written Material Control Process Must Include The Following: 3.27.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.27.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.27.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.27.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors. 3.27.5 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.27.6 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.28 Receiving Inspection - 3.28.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To another Location. 3.28.2 Receiving Inspection Must Include As A Minimum - verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports. verification That Certification Test Reports Are Legible And Complete. verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements. 3.29 Discrepancy Reporting - 3.29.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government Quality Assurance Representative (qar). 3.30 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.30.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.30.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.30.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.30.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.31 First Article Test/inspection (government) - ;destructive; - The Contractor Shall Deliver ;one (1) Each Penetrator Assembly, One (1) Each Header Assembly, And One (1) Each Inboard Plug Assembly; Unit(s) To ;receiving Officer, Code 526, Portsmouth Naval shipyard, Portsmouth, Nh 03804-5000; Mf Equipment Testing Laboratory, Code 270.1; For First Article Tests In Accordance With The ;requirements Of Cpg 1025, Paragraph 4.4. Underwater Explosion Testing Is Not Required; . 3.32 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And
Closing Date31 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E.| inspection Of Supplies--fixed-price (aug 1996)|2||| time Of Delivery (june 1997)|20|0001|four|750|||||||||||||||||| stop-work Order (aug 1989)|1|| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |na|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material |n50286|tbd|133.2|na|na|n39040 - Certifications|na|na|s ee Dd 1423|port_ptnh_wawf_notification@navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Veterans (jun 2020)|4||||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| warranty Of Data--basic (mar 2014)|2||| small Business Subcontracting Plan (sep 2023)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (jan 2023)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| progress Payments (nov 2021)|4||||| limitation Of Liability--high-value Items ($100k)(feb 1997)|1|| limitations On Pass-through Charges (jun 2020)|1|| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| list Of Award Attachments|5|||||| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|13|332919|750 Employees|||||||||||| cost Accounting Standards Notices And Certification (deviation 2018-o0015)(may 2018))|1|| instructions To Offerors -- Competitive Acquisition (nov 2021)|2||| facsimile Proposals (oct 1997)|1|| type Of Contract (apr 1984)|1|firm Fixed Price| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| this Amendment Is Issued Due To Quantity Change Of Requirement. Closing Date Extended To 27 Jan 2025. this Amendment Is Issued To Extend Closing Date To 10 Sep 2024. 1. Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mech. 2.drawings Associated With This Solicitation Will Be Made Available On The New Beta.sam Website, But Will Be Restricted Access Which Needs To Be Approved. Once Access Has Been Requested, Interested Vendors Should Email The Poc Listed On The Solicitation To Inform them Of The Request. 3. Navsup Wss Mech Will Be Considering Past Performance In The Evaluation Of Offers. See Clause 252.213-7000. 4. This Is A Rated Order Certified For National Defense Use,and The Contractor Will Follow All The Requirements Ofthe Defense Priorities And Allocations Systemregulation (15 Cfr 700). 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2.2 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.2.3 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. drawing Data=h684-1505a01 |53711| A|er |d|0001 | A|49998|0059711 drawing Data=h684-1505a01 |53711| A|er |d|0002 | A|49998|0060531 drawing Data=h684-1505a01 |53711| A|er |d|0003 | A|49998|0166290 drawing Data=h684-1505a05 |53711| A|er |d|0001 | A|49998|0039892 drawing Data=h684-1505a05 |53711| A|er |d|0001.1 | A|49998|0011824 drawing Data=h684-1505a05 |53711| A|er |d|0002 | A|49998|0068709 drawing Data=h684-1505a05 |53711| A|er |d|0003 | A|49998|0049591 drawing Data=h684-1505a05 |53711| A|er |d|0004 | A|49998|0064381 drawing Data=h684-1505a05 |53711| A|er |d|0005 | A|49998|0066716 drawing Data=h684-1505a05 |53711| A|er |d|0006 | A|49998|0019662 drawing Data=h684-1505a05 |53711| A|er |d|0007 | A|49998|0277934 drawing Data=h684-1505a05 |53711| A|er |d|0008 | A|49998|0228605 drawing Data=h684-1505a05 |53711| A|er |d|0009 | A|49998|0202813 drawing Data=h684-1505a08 |53711| A|er |d|0001 | A|49998|0063220 drawing Data=h684-1505a08 |53711| A|er |d|0001.1 | A|49998|0023665 drawing Data=h684-1505a08 |53711| A|er |d|0002 | A|49998|0111529 drawing Data=h684-1505a08 |53711| A|er |d|0003 | A|49998|0076624 drawing Data=h684-1505a08 |53711| A|er |d|0004 | A|49998|0043485 drawing Data=h684-1505a08 |53711| A|er |d|0005 | A|49998|0052444 drawing Data=h684-1505a08 |53711| A|er |d|0006 | A|49998|0060448 drawing Data=h684-1505a08 |53711| A|er |d|0007 | A|49998|0228873 drawing Data=h684-1505a10 |53711| A|er |d|0001 | A|49998|0051242 drawing Data=h684-1505a10 |53711| A|er |d|0001.1 | A|49998|0019823 drawing Data=h684-1505a10 |53711| A|er |d|0002 | A|49998|0064955 drawing Data=h684-1505a10 |53711| A|er |d|0003 | A|49998|0016187 drawing Data=h684-1505a10 |53711| A|er |d|0004 | A|49998|0039176 drawing Data=h684-1505a10 |53711| A|er |d|0005 | A|49998|0092840 drawing Data=h684-1505a11 |53711| A|er |d|0001 | A|49998|0044912 drawing Data=h684-1505a11 |53711| A|er |d|0001.1 | A|49998|0030478 drawing Data=h684-1505a11 |53711| A|er |d|0002 | A|49998|0072815 drawing Data=h684-1505a11 |53711| A|er |d|0003 | A|49998|0192093 drawing Data=h684-1505a11 |53711| A|er |d|0004 | A|49998|0178728 drawing Data=h684-1505a17 |53711| B|er |d|0001 | B|49998|0037760 drawing Data=h684-1505a17 |53711| B|er |d|0001.1 | B|49998|0035207 drawing Data=h684-1505a17 |53711| B|er |d|0001.2 | B|49998|0022573 drawing Data=h684-1505a17 |53711| B|er |d|0002 | B|49998|0054795 drawing Data=h684-1505a17 |53711| B|er |d|0003 | B|49998|0069519 drawing Data=h684-1505a17 |53711| B|er |d|0004 | B|49998|0033609 drawing Data=h684-1505a18 |53711| B|er |d|0001 | B|49998|0036238 drawing Data=h684-1505a18 |53711| B|er |d|0001.1 | B|49998|0028959 drawing Data=h684-1505a18 |53711| B|er |d|0001.2 | B|49998|0017111 drawing Data=h684-1505a18 |53711| B|er |d|0002 | B|49998|0054081 drawing Data=h684-1505a18 |53711| B|er |d|0003 | B|49998|0030868 drawing Data=h684-1505a22 |53711| A|er |d|0001 | A|49998|0041854 drawing Data=h684-1505a22 |53711| A|er |d|0001.1 | A|49998|0031258 drawing Data=h684-1505a22 |53711| A|er |d|0002 | A|49998|0049185 drawing Data=h684-1505a22 |53711| A|er |d|0003 | A|49998|0041149 drawing Data=h684-1505a22 |53711| A|er |d|0004 | A|49998|0200472 drawing Data=h684-1505a26 |53711| A|er |d|0001 | A|49998|0042850 drawing Data=h684-1505a26 |53711| A|er |d|0001.1 | A|49998|0021670 drawing Data=h684-1505a26 |53711| A|er |d|0002 | A|49998|0053195 drawing Data=h684-1505a26 |53711| A|er |d|0003 | A|49998|0201664 drawing Data=h684-1505a41 |53711| B|er |d|0001 | A|49998|0679677 drawing Data=h684-1505a45 |53711| A|er |d|0001 | A|49998|0259819 drawing Data=h684-1505a47 |53711| A|er |d|0001 | A|49998|0209879 drawing Data=h684-1505a53 |53711| B|er |d|0001 | B|49998|9999999 drawing Data=h684-1505a54 |53711| A|er |d|0001 | A|49998|1149113 drawing Data=h684-1505a63 |53711| A|er |d|0001 | A|49998|0231978 drawing Data=2621-625-03 |96169|al| |d|0001 |al|00026|0000000 drawing Data=2640-809x10 |96169| C| |d|0001 | C|00026|0000000 drawing Data=7285297 |53711| E| |d|0001 | E|49998|0862180 drawing Data=7285297 |53711| E| |d|0002 | E|49998|0392982 drawing Data=7285297 |53711| E| |d|0003 | E|49998|0280881 drawing Data=7285297 |53711| E| |d|0004 | E|49998|0204692 drawing Data=7286781 |53711| A| |d|0000.cov | A|49998|0039333 drawing Data=7286781 |53711| A| |d|0001 | A|49998|0079794 drawing Data=7286781 |53711| A| |d|0002 | A|49998|0037296 drawing Data=7286781 |53711| A| |d|0003 | A|49998|0009867 drawing Data=7286781 |53711| A| |d|0004 | A|49998|0010513 drawing Data=7286781 |53711| A| |d|0005 | A|49998|0026590 drawing Data=7286781 |53711| A| |d|0006.1 | A|49998|0060938 drawing Data=7286781 |53711| A| |d|0006.2 | A|49998|0058985 drawing Data=7286781 |53711| A| |d|0006.3 | A|49998|0056660 drawing Data=7286781 |53711| A| |d|0006.4 | A|49998|0057452 drawing Data=7286781 |53711| A| |d|0006.5 | A|49998|0062979 drawing Data=7286781 |53711| A| |d|0006.6 | A|49998|0022145 drawing Data=7286781 |53711| A| |d|0006.7 | A|49998|0036865 drawing Data=7286781 |53711| A| |d|0007.1 | A|49998|0024658 drawing Data=7286781 |53711| A| |d|0007.10 | A|49998|0039600 drawing Data=7286781 |53711| A| |d|0007.11 | A|49998|0038232 drawing Data=7286781 |53711| A| |d|0007.12 | A|49998|0026294 drawing Data=7286781 |53711| A| |d|0007.2 | A|49998|0034537 drawing Data=7286781 |53711| A| |d|0007.3 | A|49998|0034247 drawing Data=7286781 |53711| A| |d|0007.4 | A|49998|0034359 drawing Data=7286781 |53711| A| |d|0007.5 | A|49998|0035392 drawing Data=7286781 |53711| A| |d|0007.6 | A|49998|0034156 drawing Data=7286781 |53711| A| |d|0007.7 | A|49998|0033150 drawing Data=7286781 |53711| A| |d|0007.8 | A|49998|0039657 drawing Data=7286781 |53711| A| |d|0007.9 | A|49998|0040668 drawing Data=7286781 |53711| A| |d|0008.1 | A|49998|0028730 drawing Data=7286781 |53711| A| |d|0008.2 | A|49998|0043722 drawing Data=7286781 |53711| A| |d|0008.3 | A|49998|0012156 drawing Data=7286781 |53711| A| |d|0008.4 | A|49998|0008759 drawing Data=7286781 |53711| A| |d|0009 | A|49998|0175577 drawing Data=7286781 |53711| A| |d|0010 | A|49998|0134538 drawing Data=7286781 |53711| A| |d|0011 | A|49998|0172553 drawing Data=7286781 |53711| A| |d|0011.1 | A|49998|0087153 drawing Data=7286781 |53711| A| |d|0012 | A|49998|0126678 drawing Data=7286781 |53711| A| |d|0013 | A|49998|0100923 drawing Data=7286781 |53711| A| |d|0014 | A|49998|0137217 drawing Data=7286781 |53711| A| |d|0015 | A|49998|0088404 drawing Data=7286781 |53711| A| |d|0016 | A|49998|0138405 drawing Data=7286781 |53711| A| |d|0017 | A|49998|0112913 drawing Data=7286781 |53711| A| |d|0018 | A|49998|0112286 drawing Data=7286781 |53711| A| |d|0019 | A|49998|0114952 drawing Data=8617511 |53711| N| |d|0001 | N|49998|3447332 document Ref Data=fed-std-h28 | | |b |190424|a| | | document Ref Data=fed-std-h28 |0020| |b |941221|a| |01| document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-b138 | | | |110101|a| | | document Ref Data=astm-b150 | | | |190401|a| | | document Ref Data=qq-n-281 | | |d |851023|a| 2| | document Ref Data=qq-n-286 | | |g |001207|a| | | document Ref Data=astm-b367 | | | |220401|a| | | document Ref Data=astm-b369 | | | |200401|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-dtl-1222 | | |j |001208|a| | | document Ref Data=astm-e1417 | | | |160615|a| | | document Ref Data=astm-e1444 | | | |160601|a| | | document Ref Data=mil-std-2035 | | |a |950515|a| | | document Ref Data=astm-d4066 | | | |130701|a| | | document Ref Data=astm-d6456 | | | |100801|a| | | document Ref Data=sae Ams 6931 | | |d |171201|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=mil-dtl-15024 | | |g |180303|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=qpl 25027 | | |17 |000207|a| | | document Ref Data=mil-dtl-32258 | | | |210601|a|2 | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=a-a-59004 | | |b |181118|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=0900-lp-001-7000 | | | |810101|c| |01| document Ref Data=aia/nas Nasm 25027 | | |1 |121221|a| | | document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;complete Towed Sonar Hull And Backup Ball Valve Assembly Must Be In Accordance With Naval Sea Systems Command Drawing 7286781 And All Drawings And Engineering Referrals Provided With This Contract/purchase Order, Except As Amplified Or Modified Herein.; 3.2 ;adiprene L100, Durometer 50-60 Shore A Is An Acceptable Alternate Material For The Static Seal (part 27) Of Navsea Drawing 7286781.; 3.3 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;body, Part 1, And Dynamic Seal Housing, Part 3 Of Drawing 7286781; material - ;astm-b369, Alloy Uns C96400; part - ;shear Sleeve, Part 18 Of Drawing 7286781; material - ;astm-b138, Uns C67500, Temper H02; part - ;shear Seal Rod, Part 20 Of Drawing 7286781; material - ;qq-n-286, Form 2, Annealed And Age Hardened; part - ;valve Stem, Part 23, And Static Seal Shaft, Part 26 Of Drawing 7286781; material - ;astm-b150, Alloy C63200, Rod, Temper Tq50 Or Tq55; part - ;plug, Piece 17a Of Drawing 2621-625-03; material - ;qq-n-281 With Mechanical Properties In Accordance With General Note 16 On Drawing 2621-625-03; part - ;studs, Part 88 Of Drawing 7286781; material - ;mil-dtl-1222, Type Iv, Qq-n-286, Annealed And Age Hardened; part - ;self-locking Heavy Hex Nuts, Part 89 Of Drawing 7286781; material - Qq-n-281, Class A Or B, With Chemical Composition In Accordance With Mil-dtl-32258. note: All Material Must Be The Same Class. self-locking Element - For 250 Degree Nuts Use Astm-d6456, Type 1 Or Astm-d4066, Group 01, Class 1 Or 2, Grade 1, 2, 3, 4, 5,or 6. For 450 Degree Nuts Use Astm-d6456, Type 1. part - ;ball, Piece 17li Of Drawing 8617511; material - Sae-ams-6931 or centrifugally Cast 6al-4v, Astm-b367, Grade C-5, With Mechanical Properties As Listed In Supplementary Requirement S6. note: Mechanical Properties For Bars, Forgings And Forging Stock Over 10" Must Be As Specified In The Applicable Drawing. If The Mechanical Properties Are Not Provided In The Drawing, The Mechanical Properties Specified In Sae-ams-6931 Table 2 For Material 6" to 10", Must Be Applied. part - ;seats (q3), Piece 16 Of Drawing 7285297; material - Md71-gg Mearthane (graphite Filled Urethane). Material Must Be Manufactured By Mearthane Products Inc. Cranston, Ri. (properties Specified Below Only) item Property Astm Test Method Value (a) Hardness D2240 70 +/- 5 Shore D (b) Specific Gravity D792 1.18 +/- 0.02 (c) Tensile Strength D412 (diec) 5000 Psi Min (d) Compression-defl D575 700 Psi Min @ 2% Def. (e) Tensile Impact D1822 300 Ft-lb/sq In (note 1) (type L Specimen) (f) Water Absorption D570 1.5% Max (1 Week At R.t.) note 1: These Values Are Minimum Averages. Separate Specimen Values May Not Vary More Than 25% Under The Specified Minimum. 3.4 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings And Specifications Is Still Required, But Certifications Are Only Required As listed Below. test - Non-destructive Tests item - ;weld Repair (as Applicable); performance - Per Applicable Fabrication Specification acceptance - Per Applicable Fabrication Specification attribute - Annealing And Age Hardening item - ;shear Seal Rod, Part 20, And Stud, Part 88 Of Drawing 7286781; performance - Qq-n-286 test - ;dye Penetrant Inspection For Non-magnetic Grades; item - ;self-locking Heavy Hex Nuts, Part 89 Of Drawing 7286781; performance - T9074-as-gib-010/271 Or Astm-e1417/astm-e1444 (method C Solvent Removal Techniques Must Not Be Used On Thread) acceptance - ;nasm25027 With Sampling In Accordance With Mil-dtl-32258; test - ;visual Inspection (root Layer); item - ;weldments; performance - ;t9074-as-gib-010/271; acceptance - ;mil-std-2035; test - ;visual Inspection (final Layer); item - ;weldments; performance - ;t9074-as-gib-010/271; acceptance - ;mil-std-2035; test - Weldability Test Of Astm-b369 Material item - ;body, Part 1, And Dynamic Seal Housing, Part 3 Of Drawing 7286781; performance - Astm-b369 acceptance - Astm-b369 test - Pressure Tests item - Each Assembly performance - ;general Notes 7001, 7003, 7006, And 7008; acceptance - ;general Notes 7001, 7003, 7006, And 7008; test - Quality Conformance Tests item - Self-locking Nuts performance - ;mil-dtl-32258; acceptance - ;mil-dtl-32258; attribute - Certificate Of Compliance item - Self-locking Nuts performance - This Certificate Must State That Self-locking Nuts Were Manufactured By An Approved Source. Approved Sources Are Those Listed On Qpl-25027 For The Appropriate Fastener. This Qpl May Also Be Considered As Approved Sources For Heavy Hex self-locking Nuts. attribute - Certificate Of Completion item - Self-locking Nut Nonmetallic Insert performance - ;astm D6456, Type 1 Or Astm D4066, Group 01, Class 1 Or 2, Grade 1, 2, 3, 4, 5, Or 6; 3.5 Radiography Is Required On ;body, Part 1, And Dynamic Seal Housing, Part 3 Of Drawing 7286781; . 3.6 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig. the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes. 3.7 Seat Stack Height Measurement - To Ensure That Each Seat Is Within Tolerance, Check Each Seat Singularly By Measuring The Seat Height Over The Ball. This Measurement Is Calculated By Adding One-half Ball Diameter To The Half Stack Height Dimension On The drawing. Limits Are Determined By The Ball Diameter Tolerance And The Half Stack Height Tolerance. Check Dimensions By Measuring From The Seat Back Face To Top Of Ball. Manufacturers Of Seats That Do Not Have A Ball Of The Required Size Available Will Be required To Manufacture A Dummy Ball Or Segment Of A Ball With Sufficient Spherical Surface To Check The Above Dimension. 3.8 A Visual Inspection Shall Be Performed On The Finished Seat With Acceptance Criteria On Critical Surfaces Per Csd167 In The Ecds (electronic Contractor Data Submission) System At: Https://register.nslc.navy.mil/. 3.9 Ball Spherical Surface Waviness - Unless Otherwise Specified On Drawing, All Sealing Area Surfaces Must Have A Spherical Surface Waviness Which Does Not Exceed 0.0005 Inches Of Height Per Inch Of Spherical Surface. Roughness And Waviness Ratings Must apply In A Direction Which Yields The Maximum Rating, Normally Perpendicular To The Lay. 3.10 ;surface Waviness Must Be Verified Prior To Teflon Coating.; 3.11 Chemours Company (formerly Dupont) Teflon Coating 850g-204 And 852g-201. Use Of Chemours Company (formerly Dupont) Teflon Coating 851n-204 And 852n-201 Is Acceptable Until Exhausted - Teflon Coating Of Ball(s) Must Be In Accordance With General Note ;8; of Drawing ;8617511; . 3.11.1 Naval Ordnance Systems Command Od 10362 First Revision Dated 15 Aug 1961 Is Provided By Contract Support Library Reference Number Csd018 In Ecds At Https://register.nslc.navy.mil/ 3.11.2 Csd099 Provides Guidance For Acceptance/rejection Of Teflon-coated Valve Balls After Valve Assembly Production Testing. 3.12 Contract Support Library - Additional Requirements For This Item Are Identified As Contract Support Library Reference Number ;csd099; In Ecds At Https://register.nslc.navy.mil/ 3.13 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test Of Qq-n-286 Must Be Performed By One Of The Following Laboratories: huntington Alloys, A Special Metals Company attn: Bill Bolenr 3200 Riverside Drive huntington, Wv 257059 phone: (304) 526-5889 fax: (304) 526-5973 metallurgical Consultants, Inc. attn: W. M. Buehler 4820 Caroline po Box 88046 houston, Tx 77288-0046 phone: (713) 526-6351 fax: (713) 526-2964 naval Surface Warfare Center, Carderock Division attn: Eric Focht Code 614 9500 Macarthur Blvd west Bethesda, Md 20817-5700 phone: (301) 227-5032 fax: (301) 227-5576 teledyne Allvac attn: Dr. W. D. Cao 2020 Ashcraft Ave. monroe, Nc 28110 phone: (704) 289-4511 fax: (704) 289-4269 westmoreland Mechanical Testing And Research Inc. attn: Andrew Wisniewski p.o. Box 388 youngstown, Pa 15696-0388 mannesmann Rohrenwerke mannesmann Forschungsinstitut (mfi) attn: Dr. Weiss postfach 251160 47251 Duisburg germany phone: 011-49-0203-9993194 fax: 011-49-0203-9994415 thyssenkrupp Vdm Usa, Inc. attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 houston, Tx 77065-4939 phone: (281) 955-6683 3.14 Specification Change - For Qq-n-281, Class B Material: 1 - Footnote 9 To Table Ii Of Qq-n-281 Does Not Apply. 2 - When Starting Material Is Round Bar Greater Than 3" Dia, The Mechanical Properties Of Hex Bar Apply. 3.15 Thread Forming - The Following Provides The Official Interpretation Of Paragraph 4.5.2.7 Of Mil-dtl-1222. 3.15.1 In Order To Qualify For "alternate Mechanical Testing" Found In Mil-dtl-1222j Paragraph 4.5.2.7 And Utilize The Mechanical Properties For The Starting Bar Stock In Lieu Of Performing Yield Strength Or Proof Stress Testing On Finished Fasteners, All Of the Subsequent Provisions Found In Mil-dtl-1222j Paragraphs 4.5.2.7 A Through E Must Be Met. If Any Single Provision Is Not Met, All Required Mechanical Testing Must Be Performed On The Finished Full Sized Fasteners. These Provisions Are Explained As Follows: a. Proper Product Lot Control And Traceability Must Be In Place. b. No Heat Treatment (including Hot Heading And Hot Forming), Cold Forming, Drawing, Rolling And Thread Rolling May Be Performed On The Starting Bar, Fastener Blanks Or Finished Fasteners After The Completion Of The Mechanical Testing On The Starting Bar. c. And D. The Proper Size Starting Bar Must Be Selected To Ensure Mechanical Properties Of Finished Fasteners Are Represented By The Mechanical Properties Of The Starting Bar. e. The Mandatory Testing, Axial Tensile (studs) And Wedge Tensile (screws And Bolts) Must Be Performed On Full Sized Fasteners. Note That There Is A Typographical Error In Paragraph 4.5.2.7 And That The Axial Load Test Is A Mandatory Test That Must Be performed On Studs As Required In Paragraph 4.5.2.7.e. 3.15.2 Thread Rolling Is A Cold Working Process And Is Not Considered To Be A Machining Or Grinding Operation. Therefore, Fasteners Which Have Rolled Threads Do Not Satisfy The Provisions Of Mil-dtl-1222j Paragraph 4.5.2.7.b And Are Not Eligible For The "alternate Mechanical Testing" Provision. 3.15.3 Thread Rolling Alone Is Not A Sufficient Cold Working Process To Qualify A Fastener To Be In The Cold Worked (cw) Condition. This Condition Is Only Applicable To Some 300 Series Stainless Steel Studs, Screws And Nuts. These Cw Condition Fasteners must Be Manufactured From Cold Worked Bar Stock Or Be Cold Headed In Order To Qualify. The Threads May Subsequently Be Rolled, Machined Or Ground. Testing Of The Finished Fasteners And/or Reporting Of The Starting Bar Stock Material Properties Is Subject To the Same Provisions Found In Mil-dtl-1222j Paragraph 4.5.2.7 And Discussed Above. 3.16 K-monel Fasteners - Material Must Be Heat Treated Per Qq-n-286. 3.16.1 Fasteners That Have Been Hot Or Cold Headed Or Roll Threaded Must Be Solution Annealed Followed By Age Hardening Subsequent To All Heading And Thread Rolling Operations. The Mechanical Properties On Certifications Must Be Actual Properties Of The annealed And Age Hardened Material And Must Meet The Requirements Of Qq-n-286. 3.16.2 Qq-n-286 Fasteners That Have Been Headed And/or Roll Threaded Must Not Beage Hardened Unless The Material Has Been Solution Annealed Subsequent To The Heading And Threading Operations. Threads Formed After The Final Age Hardening Heat Treatment Must Be cut Or Ground Only. 3.17 K-monel Fasteners - K-monel Externally Threaded Fasteners Must Have Mechanical Properties Determined In Accordance With Mil-dtl-1222. Test Results Must Include Tensile, Yield, Elongation And Hardness As Required By Mil-dtl-1222. (the Hardness Tests Must be Performed On A Full Size Fastener.) 3.17.1 Studs Require An Axial Tensile Test In Accordance With Mil-dtl-1222. 3.17.2 Headed Fasteners Require A Wedge Tensile Test As Specified Elsewhere In This Contract/purchase Order. 3.18 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.19 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent inspection In Accordance With Asme B1 Series Is Acceptable. 3.19.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement. 3.19.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System 22 Of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222. 3.19.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.20 Thread Lubricant - Thread Lubricants Containing Molybdenum Disulfide Must Not Be Used On This Material. Bacteria In Water, Especially Seawater, Causes Molybdenum Disulfide To Break Down. The By-products Of The Breakdown Form Compounds Which Attack The fasteners. Anti-galling Compound A-a-59004 Must Be Used As A Replacement When Thread Lubricant Is Required For Assembly. 3.21 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel applications, Or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing, Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Repair Welding Is Not permitted On ;qq-n-286 Material; . Procedures And Qualification Data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.22 O-ring Grooves And Mating Sealing Surfaces Must Be Inspected Per The Contractually Invoked Drawings Or Specifications. When The Drawings Or Specifications Do Not Provide Specific Defect Criteria Or State That No Defects Are Allowed, The General acceptance Criteria (gac) Standard Must Be Used For Inspecting O-ring Grooves And Mating Sealing Surfaces Only. Repairs To Sealing Surfaces And O-ring Grooves With Unacceptable Defects May Be Accomplished Within The Limits Of The Size And Tolerances Provided in The Applicable Drawing. Repairs Thatwould Exceed These Limits Require Approval (including Final Dimensions). The Data That Is Red Lined (crossed Out) Is Excluded From The Gac For This Contract And Is Not To Be Used For Acceptance Or Rejection Criteria. the Gac Document Is Identified As Contract Support Library Reference Number Csd008 At Https://register.nslc.navy.mil/ 3.23 Component Identification Description (cid) - When Applicable Drawing(s) And/or Specification(s) Specify That A Nameplate Or Identification Plate Is Required, The Cid Number ( ;cid 887245356; ) Must Be Added. When No Plate Is Specified, An Identification plate In Accordance With Mil-dtl-15024, Type "c" On Brass Or Type "h" On Aluminum Must Be Securely Attached To Each Assembly Showing The Above Cid Number. No Assembly Must Be Shipped Without The Cid Number Attached. 3.24 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.24.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide a Copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.24.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.24.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.25 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.26 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further application Of The Above Documents Is Prohibited.prohibited. 3.26.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. 3.27 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.28 Radiography (rt) - Radiography Must Be Performed In Accordance With T9074-as-gib-010/271. Rt Acceptable Criteria For Castings To Be Criticality Level I Per The Applicable Table Of S9074-ar-gib-010a/278. Rt Acceptance Criteria For Weldments To Be Per The applicable Table Of S9074-ar-gib-010a/278 (p-1 Piping) Or Mil-std-2035, Class 1, As Applicable. 3.28.1 See Cdrl Di-misc-80678 (rss) - The Contractor Or Activity Performing The Radiography Must Be Responsible For Preparing The Radiographic Shooting Sketches (rss) In Accordance With T9074-as-gib-010/271. Shooting Sketch Approval Is Not Required For radiography Of Weldments. The Radiographic Standard Shooting Sketches (rsss) Referenced On The Applicable Drawing May Be Used, However, Since T9074-as-gib-010/271 Permits A Variety Of Processes, The Rsss May Not Be Applicable As They Will Not Necessarily Depend only On The Coverage Requirements, But Also On The Equipment And Procedures Of The Particular Radiographic Facility. Approval Of These Shooting Sketches Or Radiographic Standard Shooting Sketches Is Required Per S9074-ar-gib-010a/278. If This Data Has Been previously Approved By A Navy Activity, The Original Approval Letter Must Be Submitted At The Same Time As Rt Film And Reader Sheet Submittal. 3.28.2 All Pieces Radiographed Must Be Permanently Marked With "rt" And A Unique Rt Serial Number. (the Unique Rt Serial Number Must Be Directly Traceable To The Rt Film.) 3.28.3 See Cdrl Di-misc-80678 (production Radiography) - Production Radiography Requires Final Acceptance By The Navy. The Items Listed Below Must Be Submitted For Final Acceptance, Cataloging, File, And Retention. They Must Be Submitted And Approved Prior To shipment Of The Applicable Hardware. However, When The Source Certification Clause Is Invoked, They Must Be Submitted A Minimum Of Forty-five (45) Working Days Prior To The Date Of Source Certification Inspection. (a) Film (b) Rss/rsss (c) Rs (reader Sheets) (d) Documentation Record Listing The Part Number, Heat/lot Traceability, And Theunique Rt Serial Number (which Is Traceable To The Rt Film And Reader Sheet) 3.29 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected, identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer. 3.30 See Cdrls Di-misc-80875 (welding Procedures) And Di-misc-80876 (weld Procedure Qualification Data) - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As Part Of The Certification Oqe Package Submitted By The Contractor. note: These Requirements Do Not Apply To Tack/spot Welds. 3.30.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.30.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted, citing The Drawing Number And Pieces To Be Welded. (i.e. "wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc." Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz.") 3.30.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010/248, S9074-ar-gib-010a/278, And the Contract. 3.30.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application. 3.30.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual agreement Between The Vendor And Dcma. 3.30.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted as Part Of The Qualification Data. 3.30.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element. 3.30.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.30.9 When Production Or Repair Welding Is Required On Titanium Materials, The Applicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval. 3.30.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf. 3.30.11 See Cdrl Di-misc-80678 (consumed Weld Metal) - A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following: a) Filler Metal Lot Number(s) b) Specification And Type c) A Positive Statement That The Vendor Has Obtained Oqe And Verified That Each Lot Of Weld Filler Material Conforms To Specification Requirements. d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption. 3.30.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.31 Additional Marking For Fasteners - Fasteners Must Be Marked In Accordance With ;mil-dtl-1222, Except The Self-locking Heavy Hex Nuts Must Be Marked In Accordance With Mil-dtl-32258; . The Method Of Marking Must Be Types I, Ii, Iii, V, Viii Or Ix Of mil-std-792 Except For Grades 410, 416 And 431 In The H Condition And Grades 8, 630, A574, And 4340 Which Must Be Marked By Method Ii When Marking Is Applied After The Final Heat Treatment. Markings On Fasteners That Are To Be Coated Must Be Marked Prior To coating And Have A Minimum Depth Of 4 Mils. Traceability Marking Must Be Legible After The Application Of Protective Compounds. 3.31.1 Marking Is Required For All Fasteners Regardless Of Size And Must Include The Material Symbol, The Manufacturer's Identification Symbol, And The Traceability Marking. Marking Must Be Applied On The Head Of Headed Fastener (top Preferred, Side location If Necessary). Self-locking Screws Must Also Be Marked With Six Dots. Where No Contract Invoked Specification Requirement Exists For This Marking, Self-locking Fasteners Must Be Marked With Six Dots Approximately .032" Diameter, Raised Or Depressed by Approximately .010" Located On The Top Perimeter Of The Head Of The Fastener In An Arc Or Circular Pattern. The Six Dots Must Be Distinguishable From All Other Required Markings. 3.32 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.32.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/non-acceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.32.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.32.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.32.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.32.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.33 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.33.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices and For Verification Of Their Accuracy And Condition. 3.33.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided by The Government Representative. 3.34 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.35 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.35.1 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.35.2 The Prime Contractor Must Ensure That The Purchased Product Conforms To Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.35.3 The Prime Contractor Must Evaluate The Requirements Of The Contract And Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must be Established. Records Of This Effort Must Be Available For Review By The Government. 3.35.4 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.36 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.36.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.36.2 Inspection For Completeness And Proper Type. 3.36.3 Verification Of Material Quality Received. 3.36.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.36.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.36.6 Identification And Protection From Improper Use Or Disposition. 3.36.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.36.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.36.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.37 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3, section C Of This Contract/purchase Order. 3.37.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That implement The Material Control Requirements Stated Herein. 3.38 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number For Metallic Material Or Batch Of Non-metallic Material, As Applicable, Which Must Also Be Marked On The material. This Traceability Marking On The Material Must Provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples must Be Taken No Less Than Once In Every Eight Hours Of Operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The finished Component. 3.38.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing. 3.38.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And the Tag Securely Affixed To The Material. 3.38.3 Permanent Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ;ball Must Be Marked In The Waterway And The Seats Must Be Marked On The Outer Cylindrical Surface.; 3.38.4 Seat Marking - Each Seat Must Be Permanently Marked In Accordance With Mil-std-792, Type I And As Stated Below, Except For Teflon Seats, Which Must Only Be Tagged. Type Ix Marking May Be Substituted For Type I, Provided The Minimum Character Size scribed By The Marking Tool Must Be Approximately 3/32 Inch High To Insure Legibility. Permanent Marking Is Not Permitted On Teflon Seats. seat Marking Requirements Must Maintain Complete Traceability To Certification Oqe. Seat Marking Must Be Either Heat/lot Or Batch Number, A Vendor Traceability Number/code, Or A Combination Thereof And Must Be Unique To The Material Certification. 3.38.5 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Item Identifying The Part number, Piece Number, Traceability Number, And The Location Of The Permanent Mark. 3.39 See Cdrl-di-misc-81020 (chemical And Mechanical) And Cdrl Di-misc-80678 (seat Material) - Material Certifications - The Following Material Certification Requirements Apply: 3.39.1 Metallic Material - Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As applicable, Of The Material Supplied. 3.39.2 Non-metallic Material - The Contractor Must Furnish The Applicable Test Reports For Each Heat/lot/batch Of Seat Material. Material Certification Test Reports Must Include, In Addition To The Specification, The Class, Form, Grade, Type, Process, And/or composition, As Applicable, Of The Material Supplied. 3.39.3 Re-identification And Re-certification Of Metallic Material Is Required When The Material Is Subjected To A Process Which Alters Its Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical composition Or Mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A process Is Used During Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The altered Material Must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties are Altered, The Original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below. traceability Marking________________________________________________ (marking On Finished Item) is Fabricated From Raw Material Identified To heat/lot Number _______________ And Heat Treat Number ______________________ (when Applicable) _________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.) 3.39.4 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract requirements. Transcription Of Certification Data Is Prohibited. 3.39.5 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable. 3.39.6 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.40 Material Handling - The Written Material Control Process Must Include The Following: 3.40.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.40.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.40.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.40.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption.
Closing Date27 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E.| inspection Of Supplies--fixed-price (aug 1996)|2||| time Of Delivery (june 1997)|20|0001aa|5 Ay|tbd|0001ab|15 Ay|tbd||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report- Certifications Combo- Receiving Report & Invoice- Material |n/a|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material |n50286|tbd|133.2|n/a|n/a|n39040 - Certifications |n/a|n /a|see Dd Form 1423 | Port_ptnh_wawf_notification@navy.mil | navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2||| integrity Of Unit Prices (nov 2021)|1|| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery|one Year From Date Of Delivery||||| warranty Of Data--basic (mar 2014)|2||| small Business Subcontracting Plan (sep 2023)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (jan 2023)|2||| buy American --free Trade Agreements--balance Of Payments Program - Basic (nov2023))|5|||||| requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data-modifications (nov 2021))|7|||||||| list Of Award Attachments|5|||||| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (nov 2023))|5|||||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (mar 2023)|13|332919|750|||||||||||| type Of Contract (apr 1984)|1|firm Fixed| alterations In Solicitation (apr 1984)|3|||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| dd1423 Data Item A001 May Be Waived If Already On File Atnavsup Wss Mechanicsburg. any Contract Awarded As A Result Of This Solicitation Will Be Do Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2.3 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order. drawing No Cage Rev Distr Cd ;s1e10203 99517 G B s3c10053 99517 E B s3c10054 99517 E B v3e10103 99517 J B v3d10436 99517 E B v3d10425 99517 G B v3d10424 99517 D B f3c10321 99517 D B wi-s1e10203 99517 A B ptp-s1e10203-03 99517 C B; document Ref Data=fed-std-h28 | | |b |190424|a| | | document Ref Data=fed-std-h28 |0020| |b |941221|a| |01| document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-b138 | | | |110101|a| | | document Ref Data=astm-b150 | | | |190401|a| | | document Ref Data=astm-a182 | | |a |191101|a| | | document Ref Data=astm-a240 | | |a |201115|a| | | document Ref Data=astm-a262 | | | |150901|a| | | document Ref Data=astm-a574 | | | |211201|a| | | document Ref Data=astm-a581 | | |b |950910|a| | | document Ref Data=astm-a582 | | | |211101|a| | | document Ref Data=astm-f606 | | | |191115|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-dtl-1222 | | |j |001208|a| | | document Ref Data=mil-std-2035 | | |a |950515|a| | | document Ref Data=sae Ams 5643 | | |v |180101|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=mil-dtl-15024 | | |g |180303|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-dtl-18240 | | |f |000313|a| 1| | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=sae Ams-qq-s-763 | | |d |150301|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=0900-lp-001-7000 | | | |810101|c| |01| document Ref Data=s9074-aq-gib-010/248 | | | |950801|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=astm-f606 | | | |191115|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;complete Pressure Reducing Manifold Assembly To Be In Accordance With Vacco Drawing S1e10203, Assembly Part Number S1e10203-03 With Vacco Document Wi-s1e10203, Except As Amplified Or Modified Herein.; 3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: ;vacco Drawing S1e10203, Assembly Part Number S1e10203-03 (manifold Assembly); part - ;body, Item 1; material - ;sae Ams-qq-s-763, Class 304, Condition A Or Astm-a182, Class 304 Or Astm-a240, Class 304; part - ;filter Cap, Item 2 And Tube, Item 8; material - ;astm-a582, Type 303; part - ;port Adapter (inlet), Item 3; Port Adapter (outlet), Item 7; Inlet Thread Piece, Item 12; And Outlet Thread Piece, Item 13; material - ;sae Ams 5643, Condition H-1025; part - ;self-locking Socket Head Cap Screws, Items 23, 27, 28, 29, 30, 31, 32, And 34; material - ;sae Ams 5643, Condition H-1025 With Self-locking Element Per Mil-dtl-18240; part - ;plug, Item 4; material - ;astm-a581, Type 303 Or Astm-a582, Type 303; ;vacco Drawing S3c10053, Assembly Part Number S3c10053-01 (gage Connector); part - ;body, Item 1; material - ;sae Ams-qq-s-763, 300 Series Or Astm-a582, 300 Series; part - ;stem, Item 2; material - ;sae Ams 5643, Condition H-1025 With Self-locking Element To Meet The Intent Of Mil-dtl-18240, Type N; ;vacco Drawing S3c10054, Assembly Part Number S3c10054-01 (pressure Bleed Block); part - ;body, Item 1; material - ;astm-a582, 300 Series Or Sae Ams-qq-s-763, 300 Series; part - ;stem, Item 2; material - ;sae Ams 5643, Condition H-1025 With Self-locking Element To Meet The Intent Of Mil-dtl-18240, Type N; ;vacco Drawing V3e10103, Assembly Part Number V3e10103-02 (pressure Regulator); part - ;poppet, Item 4 And Guide, Item 17; material - ;sae Ams 5643, Condition H-1025; part - ;seat Retainer, Item 2; material - ;sae Ams 5643, Condition H-1025 With Self-locking Element To Meet The Intent Of Mil-dtl-18240, Type N; part - ;self-locking Socket Head Cap Screws, Item 28; material - ;sae Ams 5643, Condition H-1025 With Self-locking Element Per Mil-dtl-18240, Type L; part - ;seat Plate, Item 10; material - ;sae Ams 5643, Condition H-1150; part - ;dome Cap, Item 21; material - ;sae Ams-qq-s-763, Class 304, Condition A; part - ;retainer, Item 5; material - ;astm-a582, Type 303; part - ;plug, Item 29 And Bleed Plug, Item 30; material - ;sae Ams-qq-s-763, Class 304, Condition A With Self-locking Element To Meet The Intent Of Mil-dtl-18240, Type N; ;vacco Drawing V3d10436, Assembly Part Number V3d10436-01 (loading Block); part - ;body, Item 1 And Orifice Block, Item 2; material - ;sae Ams-qq-s-763, Class 304, Condition A; part - ;seat, Item 3; material - ;astm-b138, C67500 Or Astm-b150, Alloy C62400 Or Alloy C63200; part - ;stem, Item 5; material - ;sae Ams 5643, Condition H-1025; part - ;gland, Item 6; material - ;astm-b138, Alloy C67500, Half Hard; ;vacco Drawing V3d10425, Assembly Part Number V3d10425-01 (inlet / Bypass Valve); part - ;bonnet, Item 4; material - ;astm-a582, Type 303, Condition A; part - ;poppet, Item 3; material - ;sae Ams 5643, Condition H-1025; ;vacco Drawing V3d10424, Assembly Part Number V3d10424-01 (outlet Valve); part - ;bonnet, Item 1; material - ;astm-a582, Type 303; part - ;orifice Block, Item 2 And Poppet, Item 3; material - ;sae Ams 5643, Condition H-1025; ;vacco Drawing F3c10321, Assembly Part Number F3c10321-225 (dp Indicator); part - ;body, Item 1 And Bonnet, Item 4; material - ;astm-a582, Type 303; part - ;adjusting Screw, Item 9; material - ;astm-a582, Type 303 With Self-locking Element To Meet The Intent Of Mil-dtl-18240, Type N; part - ;piston, Item 2; material - ;sae Ams 5643, Condition H-1025; 3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings Is Still Required, But Certifications Are Only Required As Listed Below. test - ;visual Inspection (root And Final Layer); item - ;weldments; performance - ;t9074-as-gib-010/271; acceptance - ;mil-std-2035; test - Non-destructive Tests item - ;weld Repair And/or Production Weld (as Applicable); performance - Per Applicable Fabrication Specification acceptance - Per Applicable Fabrication Specification test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining) item - ;item 1 Of Drawing S1e10203; Item 1 Of Drawing S3c10053; Item 1 Of Drawing S3c10054; Items 21, 29, And 30 Of Drawing V3e10103; And Items 1 And 2 Of Drawing V3d10436; performance - Sae-ams-qq-s-763 acceptance - Sae-ams-qq-s-763 test - ;quality Conformance Tests; item - ;each Manifold Assembly; performance - ;ptp-s1e10203-03; acceptance - ;ptp-s1e10203-03; test - ;liquid Penetrant Inspection; item - ;items 23, 27, 28, 29, 30, 31, 32, And 34 Of Drawing S1e10203 And Item 28 Of Drawing V3e10103; performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222 acceptance - Mil-dtl-1222 test - Intergranular Corrosion Testing item - ;item 1 Of Drawing S1e10203 (only For Astm-a240 Material); performance - Astm-a262, Practice E acceptance - Astm-a262 3.4 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig. the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes. 3.5 Heat Treat Requirements - Mechanical Properties (via Tension Testing And Hardness Testing If Hardness Is Required By The Applicable Material Specification) Are Required For Each Heat In Each Heat Treat Charge For Astm-a234, Astm-a403, Astm-a182, And astm-a105 Material. 3.5.1 If Heat Treatment Is Performed In Continuous-type Furnaces With Suitable Temperature Control And Equipped With Recording Pyrometers So That Complete Heat-treatment Records Are Available, A Heat-treatment Charge Must Be Considered As Any Continuous Run not Exceeding An 8-hr Duration. One Tension Test Must Be Taken From One Forging Per Heat In Each Heat Treatment Charge At A Minimum Of Every 8 Hours. 3.5.2 Certification Of Mechanical Properties (mechanical Analysis, Tension Testing) Must Include The Condition Furnished. The Contractor Must Maintain A Complete Record On File Of The Heat Treatment Given Each Piece, Including Stress Relief. The Contractor must Provide Either The Record Of The Final Heat Treatment Or A Heat Treatment Certification Statement. The Certification Statement Must Be Signed By The Heat-treater And Include The Date Of Heat Treatment, Duration And Temperature Of Heat Treatment Operations and Quenching Medium (if Required). 3.6 Wedge Tensile Test Specimens (headed Fasteners) - A Wedge Tensile Test Must Be Conducted On A Full Size Fastener For Each Production Lot And Reported Aspart Of The Mechanical Properties. The Required Specimens For The Wedge Tensile Test Must Be Separate fasteners From Those Required For The Yield Test. 3.6.1 Testing For Socket Head Cap Screws Must Be In Accordance Mil-dtl-1222, Paragraphs 4.5.2.3 And 4.5.2.3.1. 3.6.2 Testing For All Other Headed Fasteners With A Nominal Diameter Greater Than 1/4-inch Must Be In Accordance With Astm-f606 For Grades 5, 8, B7, And B16.for All Other Grades, The Following Wedge Angles Must Be Used. a. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Of 1/4-inch Through 1-inch (inclusive) Must Be Tested With A Ten Degree Wedge. b. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Over 1-inch Must Be Tested With A Six Degree Wedge. c. Fasteners That Are Of Grades 8, B7, B16, 410, 416, 416se, 431, And 630 And Are Threaded Within One Diameter To The Underside Of The Head Must Be Tested As Follows: sizes 1/4 Inch Through 3/4 Inch (inclusive) Use A Six Degree Wedgesizes Over 3/4 Inch Use A Four Degree Wedge d. Fasteners Which Have Passed Testing With Wedge Angles Greater Than Those Specified Should Be Considered Acceptable. 3.6.3 For Fasteners Having A Length Less Than The Minimum Specified In Table 1 Of Astm-f606, One "test Specimen Fastener" Must Be Manufactured From Each Lot Of Fasteners And Tested To Represent That Lot. The Length Of These Test Specimen Fasteners Must Meet the Minimum Specified In Table 1 Of Astm-f606 But Must Not Exceed It By More Than 1/4 Inch. Test Specimen Fasteners Must Be The Same Type, Style, And Diameter As The Production Lot And Must Be Manufactured From The Same Starting Material, Using The Same manufacturing Techniques As The Production Lot, And Must Be Heat Treated (if Required) Along With The Production Lot. 3.7 O-ring Grooves And Mating Sealing Surfaces Must Be Inspected Per The Contractually Invoked Drawings Or Specifications. When The Drawings Or Specifications Do Not Provide Specific Defect Criteria Or State That No Defects Are Allowed, The General Acceptance criteria (gac) Standard Must Be Used For Inspecting O-ring Grooves And Mating Sealing Surfaces Only. Repairs To Sealing Surfaces And O-ring Grooves With Unacceptable Defects May Be Accomplished Within The Limits Of The Size And Tolerances Provided In The applicable Drawing. Repairs Thatwould Exceed These Limits Require Approval (including Final Dimensions). The Data That Is Red Lined (crossed Out) Is Excluded From The Gac For This Contract And Is Not To Be Used For Acceptance Or Rejection Criteria. The Gac document Is Identified As Contract Support Library Reference Number Csd008 At Https://register.nslc.navy.mil/ 3.8 Component Identification Description (cid) - When Applicable Drawing(s) And/or Specification(s) Specify That A Nameplate Or Identification Plate Is Required, The Cid Number ( ;cid 887355434; ) Must Be Added. When No Plate Is Specified, An Identification plate In Accordance With Mil-dtl-15024, Type "c" On Brass Or Type "h" On Aluminum Must Be Securely Attached To Each Assembly Showing The Above Cid Number. No Assembly Must Be Shipped Without The Cid Number Attached. 3.9 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel Applications, or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification Data Must Be submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.10 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.11 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent inspection In Accordance With Asme B1 Series Is Acceptable. 3.11.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement. 3.11.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System 22 Of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222. 3.11.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.12 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further application Of The Above Documents Is Prohibited.prohibited. 3.12.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. 3.13 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.13.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide a Copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.13.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.13.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.14 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.15 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.16 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected, identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer. 3.17 See Cdrls Di-misc-80875 (welding Procedures) And Di-misc-80876 (weld Procedure Qualification Data) - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As Part Of The Certification Oqe Package Submitted By The Contractor. note: These Requirements Do Not Apply To Tack/spot Welds. 3.17.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.17.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted, citing The Drawing Number And Pieces To Be Welded. (i.e. "wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc." Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz.") 3.17.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010/248, S9074-ar-gib-010a/278, And the Contract. 3.17.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application. 3.17.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual agreement Between The Vendor And Dcma. 3.17.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted as Part Of The Qualification Data. 3.17.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element. 3.17.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.17.9 When Production Or Repair Welding Is Required On Titanium Materials, The Applicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval. 3.17.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf. 3.17.11 See Cdrl Di-misc-80678 (consumed Weld Metal) - A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following: a) Filler Metal Lot Number(s) b) Specification And Type c) A Positive Statement That The Vendor Has Obtained Oqe And Verified That Each Lot Of Weld Filler Material Conforms To Specification Requirements. d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption. 3.17.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.18 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.18.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.18.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.18.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.18.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.18.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.19 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.19.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.19.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided by The Government Representative. 3.20 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.20.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.20.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.20.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.20.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be established. Records Of This Effort Must Be Available For Review By The Government. 3.20.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.21 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.21.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.21.2 Inspection For Completeness And Proper Type. 3.21.3 Verification Of Material Quality Received. 3.21.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.21.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.21.6 Identification And Protection From Improper Use Or Disposition. 3.21.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.21.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.21.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.22 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3, section C Of This Contract/purchase Order. 3.22.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That implement The Material Control Requirements Stated Herein And Elsewhere In This Contract/purchase Order. 3.23 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component. 3.23.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing. 3.23.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And the Tag Securely Affixed To The Material. 3.23.3 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Assembly Identifying The Part number, Piece Number, Traceability Number, And The Location Of The Permanent Mark. 3.23.4 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ; 3.24 See Cdrl Di-misc-81020 (chemical And Mechanical) - Material Certification - In Addition To The Certification Data Requirements Specified In Di-misc-81020, The Following Material Certification Requirements Apply: 3.24.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The material Supplied. 3.24.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, the Original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Material And At A Minimum Contain The Information Below. traceability Marking ________________________________________________ (marking On Finished Item) is Fabricated From Raw Material Identified To heat/lot Number ______________ And Heat Treat Number _____________________ (when Applicable) _________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.) 3.24.3 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract requirements. Transcription Of Certification Data Is Prohibited. 3.24.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable. 3.24.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.25 Material Handling - The Written Material Control Process Must Include The Following: 3.25.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.25.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.25.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.25.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors. 3.25.5 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.25.6 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.26 Receiving Inspection - 3.26.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To another Location. 3.26.2 Receiving Inspection Must Include As A Minimum - verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports. verification That Certification Test Reports Are Legible And Complete. verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements. 3.27 Discrepancy Reporting - 3.27.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government Quality Assurance Representative (qar). 3.28 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.28.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.28.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.28.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.28.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.29 Additional Marking For Fasteners - Fasteners Must Be Marked In Accordance With ;mil-dtl-1222. Sae-ams-5643, Condition H-1025 Material Is Material Designator Smm; . The Method Of Marking Must Be Types I, Ii, Iii, V, Viii Or Ix Of Mil-std-792 Except For grades 410, 416 And 431 In The H Condition And Grades 8, 630, A574, And 4340 Which Must Be Marked By Method Ii When Marking Is Applied After The Final Heat Treatment. Markings On Fasteners That Are To Be Coated Must Be Marked Prior To Coating And Have A minimum Depth Of 4 Mils. Traceability Marking Must Be Legible After The Application Of Protective Compounds. 3.29.1 Marking Is Required For All Fasteners Regardless Of Size And Must Include The Material Symbol, The Manufacturer's Identification Symbol, And The Traceability Marking. Marking Must Be Applied On The Head Of Headed Fastener (top Preferred, Side location If Necessary). Self-locking Screws Must Also Be Marked With Six Dots. Where No Contract Invoked Specification Requirement Exists For This Marking, Self-locking Fasteners Must Be Marked With Six Dots Approximately .032" Diameter, Raised Or Depressed by Approximately .010" Located On The Top Perimeter Of The Head Of The Fastener In An Arc Or Circular Pattern. The Six Dots Must Be Distinguishable From All Other Required Markings. 3.30 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.2.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.2.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.2.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.2.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.2.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.2.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.2.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.2.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.2.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.2.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.2.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.2.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.2.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.2.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.2.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.2.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.2.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.2.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.2.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.2.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.2.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.3.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ; - 10/20/2016 - Updated Ecds Url - Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed - Oct 29 2010 - Added Sampling Std For Li In-process Testing - Feb 03 2011 - Clarified Intergranular Corrosion Test On Raw Stock - Oct 22 2012 - Identified Intergranular Corrosion Test Material Classes - Dec 17 2011 - Began Using Ecds For Submis
Closing Date8 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E.| inspection Of Supplies--fixed-price (aug 1996)|2||| desired And Required Time Of Delivery (june 1997)|29|0001aa|9 Ea|548|0001ab|10 Ea|548 Days|||||||||||||||||||||||| stop-work Order (aug 1989)|1|| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report- Certifications Combo- Receiving Report & Invoice- Material|n/a|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material |n50286|tbd|133.2|n/a|n/a|n39040 - Certifications |n/a|n/a |n/a|port_ptnh_wawf_notification@navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery |one Year From Date Of Delivery||||| warranty Of Data--basic (mar 2014)|2||| small Business Subcontracting Plan (sep 2023)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| first Article Approval--government Testing (sep 1989)|7|1|0001aa |200|receiving Officer Portsmouth Naval Shipyard, Building 240, Code 270.4(207-438-5898) Kittery Maine, 03904|30|x|| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| progress Payments (nov 2021)|4||||| list Of Award Attachments|5|||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|13|336612|1000|||||||||||| type Of Contract (apr 1984)|1|firm Fixed Price| alterations In Solicitation (apr 1984)|3|||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| provision 252.204-7024 Is Hereby Removed From This Solicitation. This Is Not An Evaluation Factor For Award. \ this Solicitation Requires First Article Testing see Far 52.209-4 For More Details. dd1423 Data Item A001 May Be Waived If Already On File At Navsup Wss Mechanicsburg. any Contract Awarded As A Result Of This Solicitation Will Be"do" Rated Order Certified For National Defense Use Under The Defense Priorities Andallocations System (dpas). if Drawings Are Included In The Solicitation, Access Needs To Berequested On The Individual Solicitation Page On Contractsopportunities On The Government's Sam Website. Afterrequesting Access, Send An Email To The Primary Poc Listed Onthe Solicitation. this Requirement Requires Access To Noforn And/or Navalnuclear Propulsion Information. See Local Text Wsstermhz12for Further Information. If You Wish To Obtain A Copy Of Thedrawings, Please Download The Security Agreement Form Fromsam.gov And Email The Completed, signed Form To Scott.r.youngblood2.civ@us.navy.mil. \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.2.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. drawing Data=eb-2937 |96169| B|sp |d|0001 | B|49998|0568465 drawing Data=eb-2937 |96169| B|sp |d|0002 | B|49998|0262311 drawing Data=eb-2937 |96169| B|sp |d|0003 | B|49998|0457001 drawing Data=eb-2937 |96169| B|sp |d|0004 | B|49998|0494479 drawing Data=eb-2937 |96169| B|sp |d|0005 | B|49998|0557624 drawing Data=eb-2937 |96169| B|sp |d|0006 | B|49998|0572669 drawing Data=eb-2937 |96169| B|sp |d|0007 | B|49998|0588302 drawing Data=eb-2937 |96169| B|sp |d|0008 | B|49998|0487356 drawing Data=eb-2937 |96169| B|sp |d|0009 | B|49998|0641401 drawing Data=eb-2937 |96169| B|sp |d|0010 | B|49998|0609048 drawing Data=eb-2937 |96169| B|sp |d|0011 | B|49998|0332061 drawing Data=h261-0102d74 |53711| A|er |d|0001 | |00026|0000000 drawing Data=h621-0102a01 |53711| A|er |d|0001 | A|49998|0037852 drawing Data=h621-0102a01 |53711| A|er |d|0002 | A|49998|0022265 drawing Data=h621-0102a01 |53711| A|er |d|0003 | A|49998|0045427 drawing Data=h621-0102a01 |53711| A|er |d|0004 | A|49998|0032629 drawing Data=h621-0102a01 |53711| A|er |d|0005 | A|49998|0033163 drawing Data=h621-0102a01 |53711| A|er |d|0006 | A|49998|0041453 drawing Data=h621-0102a01 |53711| A|er |d|0007 | A|49998|0122787 drawing Data=h621-0102a01 |53711| A|er |d|0008 | A|49998|0075868 drawing Data=h621-0102a02 |53711| A|er |d|0001 | A|49998|0038259 drawing Data=h621-0102a02 |53711| A|er |d|0002 | A|49998|0014346 drawing Data=h621-0102a02 |53711| A|er |d|0003 | A|49998|0053725 drawing Data=h621-0102a02 |53711| A|er |d|0004 | A|49998|0063527 drawing Data=h621-0102a02 |53711| A|er |d|0005 | A|49998|0064236 drawing Data=h621-0102a02 |53711| A|er |d|0006 | A|49998|0037645 drawing Data=h621-0102a02 |53711| A|er |d|0007 | A|49998|0036363 drawing Data=h621-0102a02 |53711| A|er |d|0008 | A|49998|0037448 drawing Data=h621-0102a02 |53711| A|er |d|0009 | A|49998|0039414 drawing Data=h621-0102a02 |53711| A|er |d|0010 | A|49998|0160700 drawing Data=h621-0102a02 |53711| A|er |d|0011 | A|49998|0134109 drawing Data=h621-0102a03 |53711| A|er |d|0001 | A|49998|0021078 drawing Data=h621-0102a03 |53711| A|er |d|0001.1 | A|49998|0019129 drawing Data=h621-0102a03 |53711| A|er |d|0001.2 | A|49998|0025775 drawing Data=h621-0102a03 |53711| A|er |d|0001.3 | A|49998|0039912 drawing Data=h621-0102a03 |53711| A|er |d|0001.4 | A|49998|0026761 drawing Data=h621-0102a03 |53711| A|er |d|0002 | A|49998|0057736 drawing Data=h621-0102a03 |53711| A|er |d|0003 | A|49998|0069402 drawing Data=h621-0102a03 |53711| A|er |d|0004 | A|49998|0052923 drawing Data=h621-0102a03 |53711| A|er |d|0005 | A|49998|0044205 drawing Data=h621-0102a03 |53711| A|er |d|0006 | A|49998|0053927 drawing Data=h621-0102a03 |53711| A|er |d|0007 | A|49998|0039873 drawing Data=h621-0102a03 |53711| A|er |d|0008 | A|49998|0047671 drawing Data=h621-0102a03 |53711| A|er |d|0009 | A|49998|0042694 drawing Data=h621-0102a03 |53711| A|er |d|0010 | A|49998|0039885 drawing Data=h621-0102a03 |53711| A|er |d|0011 | A|49998|0044703 drawing Data=h621-0102a03 |53711| A|er |d|0012 | A|49998|0042919 drawing Data=h621-0102a03 |53711| A|er |d|0013 | A|49998|0037692 drawing Data=h621-0102a03 |53711| A|er |d|0014 | A|49998|0039760 drawing Data=h621-0102a03 |53711| A|er |d|0015 | A|49998|0041011 drawing Data=h621-0102a03 |53711| A|er |d|0016 | A|49998|0048557 drawing Data=h621-0102a03 |53711| A|er |d|0017 | A|49998|0014830 drawing Data=h621-0102a03 |53711| A|er |d|0018 | A|49998|0013294 drawing Data=h621-0102a03 |53711| A|er |d|0019 | A|49998|0166561 drawing Data=h621-0102a03 |53711| A|er |d|0020 | A|49998|0139744 drawing Data=h621-0102a03 |53711| A|er |d|0021 | A|49998|0189793 drawing Data=h621-0102a03 |53711| A|er |d|0022 | A|49998|0139891 drawing Data=h621-0102a03 |53711| A|er |d|0023 | A|49998|0121265 drawing Data=h621-0102a03 |53711| A|er |d|0024 | A|49998|0105221 drawing Data=h621-0102a03 |53711| A|er |d|0025 | A|49998|0114189 drawing Data=h621-0102a03 |53711| A|er |d|0026 | A|49998|0198610 drawing Data=h621-0102a03 |53711| A|er |d|0027 | A|49998|0115665 drawing Data=h621-0102a03 |53711| A|er |d|0028 | A|49998|0083415 drawing Data=h621-0102a05 |53711| A|er |d|0001 | A|49998|0034604 drawing Data=h621-0102a05 |53711| A|er |d|0001.1 | A|49998|0012203 drawing Data=h621-0102a05 |53711| A|er |d|0002 | A|49998|0064744 drawing Data=h621-0102a05 |53711| A|er |d|0003 | A|49998|0127671 drawing Data=h621-0102a108 |53711| A|er |d|0001 | A|49998|0918547 drawing Data=h621-0102a11 |53711| A|er |d|0001 | A|49998|0043094 drawing Data=h621-0102a11 |53711| A|er |d|0001.1 | A|49998|0018658 drawing Data=h621-0102a11 |53711| A|er |d|0002 | A|49998|0060012 drawing Data=h621-0102a11 |53711| A|er |d|0003 | A|49998|0035375 drawing Data=h621-0102a11 |53711| A|er |d|0004 | A|49998|0055587 drawing Data=h621-0102a11 |53711| A|er |d|0005 | A|49998|0037265 drawing Data=h621-0102a11 |53711| A|er |d|0006 | A|49998|0039785 drawing Data=h621-0102a11 |53711| A|er |d|0007 | A|49998|0041585 drawing Data=h621-0102a11 |53711| A|er |d|0008 | A|49998|0036148 drawing Data=h621-0102a11 |53711| A|er |d|0009 | A|49998|0208132 drawing Data=h621-0102a121 |53711| A|er |d|0001 | A|49998|0709114 drawing Data=h621-0102a125 |53711| A|er |d|0001 | A|49998|0435504 drawing Data=h621-0102a168 |53711| A|er |d|0001 | A|49998|1501235 drawing Data=h621-0102a17 |53711| A|er |d|0001 | A|49998|0037341 drawing Data=h621-0102a17 |53711| A|er |d|0001.1 | A|49998|0019205 drawing Data=h621-0102a17 |53711| A|er |d|0002 | A|49998|0066302 drawing Data=h621-0102a17 |53711| A|er |d|0003 | A|49998|0062923 drawing Data=h621-0102a17 |53711| A|er |d|0004 | A|49998|0126037 drawing Data=h621-0102a188 |53711| A|er |d|0001 | |49998|1432274 drawing Data=h621-0102a22 |53711| C|er |d|0001 | |49998|0855198 drawing Data=h621-0102a22 |53711| C|er |d|0001.1 | B|49998|0028535 drawing Data=h621-0102a22 |53711| C|er |d|0001.2 | B|49998|0033887 drawing Data=h621-0102a22 |53711| C|er |d|0001.3 | B|49998|0012002 drawing Data=h621-0102a22 |53711| C|er |d|0002 | B|49998|0077551 drawing Data=h621-0102a22 |53711| C|er |d|0003 | B|49998|0038816 drawing Data=h621-0102a22 |53711| C|er |d|0004 | B|49998|0120742 drawing Data=h621-0102a22 |53711| C|er |d|0005 | B|49998|0068506 drawing Data=h621-0102a22 |53711| C|er |d|0006 | B|49998|0120902 drawing Data=h621-0102a39 |53711| A|er |d|0001 | A|49998|0043492 drawing Data=h621-0102a39 |53711| A|er |d|0001.1 | A|49998|0033724 drawing Data=h621-0102a39 |53711| A|er |d|0002 | A|49998|0062801 drawing Data=h621-0102a39 |53711| A|er |d|0003 | A|49998|0071199 drawing Data=h621-0102a48 |53711| B|er |d|0001 | B|49998|0037377 drawing Data=h621-0102a48 |53711| B|er |d|0001.1 | B|49998|0024643 drawing Data=h621-0102a48 |53711| B|er |d|0001.2 | B|49998|0022539 drawing Data=h621-0102a48 |53711| B|er |d|0001.3 | B|49998|0027931 drawing Data=h621-0102a48 |53711| B|er |d|0001.4 | B|49998|0036544 drawing Data=h621-0102a48 |53711| B|er |d|0002 | B|49998|0071446 drawing Data=h621-0102a48 |53711| B|er |d|0003 | B|49998|0035428 drawing Data=h621-0102a48 |53711| B|er |d|0004 | B|49998|0039985 drawing Data=h621-0102a50 |53711| A|er |d|0001 | A|49998|0041731 drawing Data=h621-0102a50 |53711| A|er |d|0001.1 | A|49998|0029231 drawing Data=h621-0102a50 |53711| A|er |d|0001.2 | A|49998|0036383 drawing Data=h621-0102a50 |53711| A|er |d|0002 | A|49998|0054429 drawing Data=h621-0102a50 |53711| A|er |d|0003 | A|49998|0030654 drawing Data=h621-0102a50 |53711| A|er |d|0004 | A|49998|0061856 drawing Data=h621-0102a50 |53711| A|er |d|0005 | A|49998|0057108 drawing Data=h621-0102a50 |53711| A|er |d|0006 | A|49998|0056135 drawing Data=h621-0102a50 |53711| A|er |d|0007 | A|49998|0060035 drawing Data=h621-0102a50 |53711| A|er |d|0008 | A|49998|0059823 drawing Data=h621-0102a50 |53711| A|er |d|0009 | A|49998|0023352 drawing Data=h621-0102a50 |53711| A|er |d|0010 | A|49998|0040524 drawing Data=h621-0102a50 |53711| A|er |d|0011 | A|49998|0051452 drawing Data=h621-0102a50 |53711| A|er |d|0012 | A|49998|0057922 drawing Data=h621-0102a50 |53711| A|er |d|0013 | A|49998|0022848 drawing Data=h621-0102a50 |53711| A|er |d|0014 | A|49998|0035871 drawing Data=h621-0102a50 |53711| A|er |d|0015 | A|49998|0038701 drawing Data=h621-0102a50 |53711| A|er |d|0016 | A|49998|0028302 drawing Data=h621-0102a50 |53711| A|er |d|0017 | A|49998|0088297 drawing Data=h621-0102a50 |53711| A|er |d|0018 | A|49998|0155682 drawing Data=h621-0102a50 |53711| A|er |d|0019 | A|49998|0124972 drawing Data=h621-0102a50 |53711| A|er |d|0020 | A|49998|0118121 drawing Data=h621-0102a50 |53711| A|er |d|0021 | A|49998|0077344 drawing Data=h621-0102a50 |53711| A|er |d|0022 | A|49998|0128466 drawing Data=h621-0102a51 |53711| A|er |d|0001 | A|49998|0040110 drawing Data=h621-0102a51 |53711| A|er |d|0001.1 | A|49998|0027168 drawing Data=h621-0102a51 |53711| A|er |d|0002 | A|49998|0060056 drawing Data=h621-0102a51 |53711| A|er |d|0003 | A|49998|0061789 drawing Data=h621-0102a52 |53711| A|er |d|0001 | A|49998|0039953 drawing Data=h621-0102a52 |53711| A|er |d|0001.1 | A|49998|0032355 drawing Data=h621-0102a52 |53711| A|er |d|0002 | A|49998|0062662 drawing Data=h621-0102a52 |53711| A|er |d|0003 | A|49998|0037395 drawing Data=h621-0102a52 |53711| A|er |d|0004 | A|49998|0035793 drawing Data=h621-0102a57 |53711| A|er |d|0001 | A|49998|0168427 drawing Data=h621-0102a71 |53711| A|er |d|0001 | A|49998|0169469 drawing Data=h621-0102a99 |53711| B|er |d|0001 | B|49998|5824730 drawing Data=h775-1512a1 |53711| A|er |d|0001 | |00026|0000000 drawing Data=h775-1512a10 |53711| A|er |d|0001 | |49998|1565029 drawing Data=h775-1512a2 |53711| A|er |d|0001 | |00026|0000000 drawing Data=h775-1512a3 |53711| A|er |d|0001 | |00026|0000000 drawing Data=h775-1512a4 |53711| A|er |d|0001 | |00026|0000000 drawing Data=h775-1512a5 |53711| A|er |d|0001 | |49998|0228403 drawing Data=h775-1512a6 |53711| A|er |d|0001 | |49998|0063013 drawing Data=h775-1512a7 |53711| A|er |d|0001 | |49998|0176895 drawing Data=h775-1512a8 |53711| A|er |d|0001 | |49998|0271962 drawing Data=h775-1512a9 |53711| A|er |d|0001 | |49998|0335202 drawing Data=6984052 |53711| D| |d|0001 | D|00026|0000000 drawing Data=6985426 |53711| A| |d|0000.a | A|49998|0035751 drawing Data=6985426 |53711| A| |d|0001 | A|49998|0074079 drawing Data=6985426 |53711| A| |d|0002 | A|49998|0062500 drawing Data=6985426 |53711| A| |d|0003 | A|49998|0008982 drawing Data=6985426 |53711| A| |d|0004 | A|49998|0010717 drawing Data=6985426 |53711| A| |d|0005 | A|49998|0030344 drawing Data=6985426 |53711| A| |d|0006.1 | A|49998|0061541 drawing Data=6985426 |53711| A| |d|0006.10 | A|49998|0022748 drawing Data=6985426 |53711| A| |d|0006.2 | A|49998|0061465 drawing Data=6985426 |53711| A| |d|0006.3 | A|49998|0055809 drawing Data=6985426 |53711| A| |d|0006.4 | A|49998|0059727 drawing Data=6985426 |53711| A| |d|0006.5 | A|49998|0059513 drawing Data=6985426 |53711| A| |d|0006.6 | A|49998|0023040 drawing Data=6985426 |53711| A| |d|0006.7 | A|49998|0040218 drawing Data=6985426 |53711| A| |d|0006.8 | A|49998|0051132 drawing Data=6985426 |53711| A| |d|0006.9 | A|49998|0057425 drawing Data=6985426 |53711| A| |d|0007.1 | A|49998|0024885 drawing Data=6985426 |53711| A| |d|0007.10 | A|49998|0037342 drawing Data=6985426 |53711| A| |d|0007.11 | A|49998|0032807 drawing Data=6985426 |53711| A| |d|0007.12 | A|49998|0037061 drawing Data=6985426 |53711| A| |d|0007.13 | A|49998|0036308 drawing Data=6985426 |53711| A| |d|0007.14 | A|49998|0040683 drawing Data=6985426 |53711| A| |d|0007.15 | A|49998|0028030 drawing Data=6985426 |53711| A| |d|0007.2 | A|49998|0038133 drawing Data=6985426 |53711| A| |d|0007.3 | A|49998|0037181 drawing Data=6985426 |53711| A| |d|0007.4 | A|49998|0035304 drawing Data=6985426 |53711| A| |d|0007.5 | A|49998|0035595 drawing Data=6985426 |53711| A| |d|0007.6 | A|49998|0035487 drawing Data=6985426 |53711| A| |d|0007.7 | A|49998|0032536 drawing Data=6985426 |53711| A| |d|0007.8 | A|49998|0038400 drawing Data=6985426 |53711| A| |d|0007.9 | A|49998|0042559 drawing Data=6985426 |53711| A| |d|0008.1 | A|49998|0029133 drawing Data=6985426 |53711| A| |d|0008.2 | A|49998|0046621 drawing Data=6985426 |53711| A| |d|0008.3 | A|49998|0014013 drawing Data=6985426 |53711| A| |d|0008.4 | A|49998|0012670 drawing Data=6985426 |53711| A| |d|0009 | A|49998|0088388 drawing Data=6985426 |53711| A| |d|0010 | A|49998|0157697 drawing Data=6985426 |53711| A| |d|0011 | A|49998|0138726 drawing Data=6985426 |53711| A| |d|0012 | A|49998|0189061 drawing Data=6985426 |53711| A| |d|0013 | A|49998|0134718 drawing Data=6985426 |53711| A| |d|0014 | A|49998|0123397 drawing Data=6985426 |53711| A| |d|0015 | A|49998|0118040 drawing Data=6985426 |53711| A| |d|0016 | A|49998|0113699 drawing Data=6985426 |53711| A| |d|0017 | A|49998|0118200 drawing Data=6985426 |53711| A| |d|0018 | A|49998|0071113 drawing Data=6985426 |53711| A| |d|0019 | A|49998|0068598 drawing Data=6985426 |53711| A| |d|0020 | A|49998|0116804 drawing Data=6985426 |53711| A| |d|0021 | A|49998|0075838 drawing Data=6985426 |53711| A| |d|0022 | A|49998|0097724 drawing Data=6985426 |53711| A| |d|0023 | A|49998|0069126 drawing Data=6985426 |53711| A| |d|0024 | A|49998|0155576 drawing Data=6985426 |53711| A| |d|0025 | A|49998|0143738 drawing Data=6985426 |53711| A| |d|0026 | A|49998|0127085 drawing Data=6985426 |53711| A| |d|0027 | A|49998|0123826 drawing Data=6985426 |53711| A| |d|0028 | A|49998|0109249 drawing Data=6985426 |53711| A| |d|0029 | A|49998|0121330 drawing Data=6985426 |53711| A| |d|0030 | A|49998|0087896 drawing Data=6985426 |53711| A| |d|0031 | A|49998|0124616 drawing Data=6985426 |53711| A| |d|0032 | A|49998|0234515 drawing Data=6985426 |53711| A| |d|0033 | A|49998|0126707 drawing Data=6985426 |53711| A| |d|0034 | A|49998|0128215 drawing Data=6985426 |53711| A| |d|0035 | A|49998|0072619 drawing Data=6985426 |53711| A| |d|0036 | A|49998|0076247 drawing Data=7069152 |53711| A| |d|0001 | A|49998|2185285 document Ref Data=fed-std-h28 | | |b |190424|a| | | document Ref Data=fed-std-h28 |0020| |b |941221|a| |01| document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-b150 | | | |190401|a| | | document Ref Data=astm-a193 | | | |200515|a| | | document Ref Data=astm-b209 | | | |070801|a| | | document Ref Data=qq-n-281 | | |d |851023|a| 2| | document Ref Data=qq-n-286 | | |g |001207|a| | | document Ref Data=astm-b564 | | | |191101|a| | | document Ref Data=astm-a574 | | | |120401|a| | | document Ref Data=astm-f606 | | | |191115|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-dtl-1222 | | |j |001208|a| | | document Ref Data=astm-e1417 | | | |160615|a| | | document Ref Data=astm-e1444 | | | |160601|a| | | document Ref Data=asme-b18.3 | | | |120101|a| | | document Ref Data=mil-std-2035 | | |a |950515|a| | | document Ref Data=astm-d4066 | | | |130701|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-dtl-18240 | | |f |000313|a| 1| | document Ref Data=qpl 25027 | | |17 |000207|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=sae Ams-qq-a-200 | | |a |980901|a| | | document Ref Data=sae Ams-qq-a-200 |0008| |a |150501|a| | | document Ref Data=sae Ams-qq-a-250 |0011| | |970801|a| | | document Ref Data=sae Ams-qq-s-763 | | |d |150301|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=aia/nas Nasm 17828 | | |1 |130430|a| | | document Ref Data=aia/nas Nasm 25027 | | |1 |121221|a| | | document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | document Ref Data=t9074-bd-gib-010/0300 | | |2 |121218|a| | | 3. Requirements 3.1 ;desurger Assembly Fwd To Be In Accordance With Naval Sea System Command Drawing 6985426 Part A3 And All Eb Ers Invoked In This Contract, Except As Amplified Or Modified Herein.; 3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;head Desurger, Part 3-1; material - ;t9074-bd-gib-010/0300, Grade Hy-80, Forged, Appendix E; part - ;tailpiece Fwd Part 3-2; material - ;sae Ams-qq-s-763, Cl 304, Cond A; part - ;bushing Part 6-1; material - ;astm-b150 Uns C63200, Tq50 Or Tq55; part - ;barrel Part 22; material - ;astm-b564 Forged, Uns N06625, Condition Annealed And Meeting The Mechanical Properties Of General Note 7006. Chrome Plated In Accordance With General Note 7021; part - ;piston Part 23; material - ;sae Ams-qq-a-250/11, Alloy 6061, Temper T651 Or Astm B209, Alloy 6061, Temper T651. Anodized In Accordance With General Note 2221; part - ;rod Tie Part 24; material - ;astm-a193 Grade B7; part - ;rod Piston Part 25; material - ;sae-ams- Qq-a-200/8 Alloy 6061, Temper T6 Anodized In Accordance With General Note 2221 And Plated In Accordance With General Note 7202; part - ;nut, Self-locking Part 78; material - Qq-n-281, Class A Annealed (hot Finished Or Cold Drawn) Or Class B Cold Drawn. All Material Must Be From The Same Class. self-locking Element- Astm-d4066, Group 01, Class 1 Or 2, Grade 1 part - ;self Locking Cap Screw, Part 79; material - ;mil-dtl-1222, Type Ii, Qq-n-286, Solution Annealed And Age Hardened And Marked .k. Self-locking Element To Be In Accordance With Mil-dtl-18240. Cross Drill 2 Holes Iaw Ansi-b18.3; 3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings Is Still Required, But Certifications Are Only Required As Listed Below. test - 5x Visual Magnification Or Dye Penetrant Inspection (root Layer) item - Weldments performance - T9074-as-gib-010/271 acceptance - Mil-std-2035 test - Visual And Dye Penetrant Inspection (final Layer) item - Weldments performance - T9074-as-gib-010/271 acceptance - Mil-std-2035 test - ;ultrasonic Inspection; item - ;bushing Part 6-1(with A Diameter Or Minimum Distance Between Parallel Surfaces Of 4 Inches Or Greater Of The Starting Material); performance - ;t9074-as-gib-010/271; acceptance - ;general Note 125 Of Drawing 6985426; test - ;ultrasonic Inspection; item - ;barrel Part 22 (starting Material); performance - ;eb-2937, Paragraph 4.5.4; acceptance - ;eb-2937, Paragraph 4.5.4; test - ;ultrasonic Inspection; item - ;hy-80 Forged Material; performance - ;t9074-bd-gib-010/300 Appendix E; acceptance - ;t9074-bd-gib-010/300 Appendix E; test - ;magnetic Particle Inspection; item - ;hy-80 Forged Material; performance - ;t9074-bd-gib-010/300 Appendix E; acceptance - ;t9074-bd-gib-010/300 Appendix E; test - Quality Conformance/compliance Inspection item - ;hy-80 Starting Material; performance - ;t9074-bd-gib-010/300, Appendix E; acceptance - ;t9074-bd-gib-010/300, Appendix E; test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining) item - ;tailpiece, Part 3-2; performance - Sae-ams-qq-s-763 acceptance - Sae-ams-qq-s-763 test - ;liquid Penetrant Inspection; item - ;rod Tie Part 24; performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222 acceptance - Mil-dtl-1222 test - ;dye Penetrant Inspection For Non-magnetic Grades; item - ;nut Self Locking Part 78; performance - T9074-as-gib-010/271 Or Astm-e1417/astm-e1444 (method C Solvent Removal Techniques Must Not Be Used On Thread) acceptance - ;nasm25027; test - Quality Conformance Tests item - Self-locking Nuts performance - ;nasm25027; acceptance - ;nasm25027; attribute - Certificate Of Completion item - Self-locking Nut Nonmetallic Insert performance - ;astm-d4066, Group 01, Class 1, Grade 1; attribute - Certificate Of Compliance item - Self-locking Nuts performance - This Certificate Must State That Self-locking Nuts Were Manufactured By An Approved Source. Approved Sources Are Those Listed On Qpl-25027 For The Appropriate Fastener. This Qpl May Also Be Considered As Approved Sources For Heavy Hex self-locking Nuts. test - ;liquid Penetrant Inspection; item - ;screw Cap Self Locking Part 79; performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222 acceptance - Mil-dtl-1222 attribute - Annealing And Age Hardening item - ;screw Cap Self Locking Part 79; performance - Qq-n-286 test - ;hydrostatic Test; item - ;each Assembly; performance - ;note 7400 Of Drawing 6985426; acceptance - ;note 7400 Of Drawing 6985426; 3.4 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig/-0psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of Thesmallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. 30 Minutes / - 0 Minutes. Above 2500 Psig, The Pressure Tolerance Must Be +2%/-0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig. The Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In this Contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be + 60 Minutes/- 0 Minutes. 3.5 O-ring Grooves And Mating Sealing Surfaces Must Be Inspected Per The Contractually Invoked Drawings Or Specifications. When The Drawings Or Specifications Do Not Provide Specific Defect Criteria Or State That No Defects Are Allowed, The General Acceptance criteria (gac) Standard Must Be Used For Inspecting O-ring Grooves And Mating Sealing Surfaces Only. Repairs To Sealing Surfaces And O-ring Grooves With Unacceptable Defects May Be Accomplished Within The Limits Of The Size And Tolerances Provided In The applicable Drawing. Repairs Thatwould Exceed These Limits Require Approval (including Final Dimensions). The Data That Is Red Lined (crossed Out) Is Excluded From The Gac For This Contract And Is Not To Be Used For Acceptance Or Rejection Criteria. The Gac document Is Identified As Contract Support Library Reference Number Csd008 At Https://register.nslc.navy.mil/ 3.6 K-monel Fasteners - Material Must Be Heat Treated Per Qq-n-286. 3.6.1 Fasteners That Have Been Hot Or Cold Headed Or Roll Threaded Must Be Solution Annealed Followed By Age Hardening Subsequent To All Heading And Thread Rolling Operations. The Mechanical Properties On Certifications Must Be Actual Properties Of The annealed And Age Hardened Material And Must Meet The Requirements Of Qq-n-286. 3.6.2 Qq-n-286 Fasteners That Have Been Headed And/or Roll Threaded Must Not Beage Hardened Unless The Material Has Been Solution Annealed Subsequent To The Heading And Threading Operations. Threads Formed After The Final Age Hardening Heat Treatment Must Be cut Or Ground Only. 3.7 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.8 K-monel Fasteners - K-monel Externally Threaded Fasteners Must Have Mechanical Properties Determined In Accordance With Mil-dtl-1222. Test Results Must Include Tensile, Yield, Elongation And Hardness As Required By Mil-dtl-1222. (the Hardness Tests Must Be performed On A Full Size Fastener.) 3.8.1 Studs Require An Axial Tensile Test In Accordance With Mil-dtl-1222. 3.8.2 Headed Fasteners Require A Wedge Tensile Test As Specified Elsewhere In This Contract/purchase Order. 3.9 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test Of Qq-n-286 Must Be Performed By One Of The Following Laboratories: huntington Alloys, A Special Metals Company attn: Bill Bolenr 3200 Riverside Drive huntington, Wv 257059 phone: (304) 526-5889 fax: (304) 526-5973 metallurgical Consultants, Inc. attn: W. M. Buehler 4820 Caroline po Box 88046 houston, Tx 77288-0046 phone: (713) 526-6351 fax: (713) 526-2964 naval Surface Warfare Center, Carderock Division attn: Eric Focht Code 614 9500 Macarthur Blvd west Bethesda, Md 20817-5700 phone: (301) 227-5032 fax: (301) 227-5576 teledyne Allvac attn: Dr. W. D. Cao 2020 Ashcraft Ave. monroe, Nc 28110 phone: (704) 289-4511 fax: (704) 289-4269 westmoreland Mechanical Testing And Research Inc. attn: Andrew Wisniewski p.o. Box 388 youngstown, Pa 15696-0388 mannesmann Rohrenwerke mannesmann Forschungsinstitut (mfi) attn: Dr. Weiss postfach 251160 47251 Duisburg germany phone: 011-49-0203-9993194 fax: 011-49-0203-9994415 thyssenkrupp Vdm Usa, Inc. attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 houston, Tx 77065-4939 phone: (281) 955-6683 3.10 Certification Is Required For The Following As Identified Further Below: - Process Control Plan - Qualification Plan - Qualification Testing (first Article) all Manufacturing Facilities Which Have Been Approved To An Earlier Revision Of This Specification Are Required To Meet The Recertification Requirements Of T9074-bd-gib-010/0300 Revision 2. An Updated Process Control Plan Incorporating Any Changes Necessary To meet The Requirements Of T9074-bd-gib-010/0300 Revision 2 Must Be Submitted. re-certification Of The First Article Approval Of Vendor Facilities, Processes, And Manufacturing Methods Is Required Every 5 Years And Must Meet All The Requirements Of T9074-bd-gib-010/0300. The Certification Must Be Current At The Delivery Date Of Procured products. 3.10.1 Qualification Testing (first Article Inspection) - See Di-ndti-80809 (first Article Test Report) - Certification Is Required For The Following Test On The Items Listed Below: test - First Article Inspection item - ;hy-80 Starting Material; performance - T9074-bd-gib-010/0300 acceptance - T9074-bd-gib-010/0300 previous Fat Approvals That Were Based Upon Previous Specifications Are Not Valid For Meeting The Requirements Of T9074-bd-gib-010/0300 Revision 2, Unless Otherwise Approved By Navsea. the Contractor May Request The Fat Submission Requirement Be Waived By Providing The Pco With Evidence Of Navsea Approval, Provided It Meets The Requirements Of This Contract/purchase Order. 3.10.2 Process Control Plan - See Di-ndti-80809 (process Control Plan) - Certification Is Required For The Following Attribute On The Items Listed Below: attribute - Process Control Plan item - ;hy-80 Starting Material; performance - T9074-bd-gib-010/0300 the Pcp Must Be Reviewed And Approved By Navsea Prior To Initiating First Article Testing. The Contractor May Request The Pcp Submission Requirement Be Waived By Providing The Pco With Evidence Of Navsea Approval. 3.10.3 Qualification Plan - See Di-ndti-80809 (qualification Plan) - Certification Is Required For The Following Attribute On The Items Listed Below: attribute - Qualification Plan item - ;hy-80 Starting Material; performance - T9074-bd-gib-010/0300 the Qp Must Be Reviewed And Approved By Navsea Prior To Initiating First Article Testing. The Contractor May Request The Qp Submission Requirement Be Waived By Providing The Pco With Evidence Of Navsea Approval. 3.11 ;see Cdrl Di-forg-80412 (forging Manufacturing Sketches) Forging Sketches Are Required For The Head Desurger, Part 3-1, Per T9074-bd-gib-010-0300, Appendix E.; 3.12 Wedge Tensile Test Specimens (headed Fasteners) - A Wedge Tensile Test Must Be Conducted On A Full Size Fastener For Each Production Lot And Reported Aspart Of The Mechanical Properties. The Required Specimens For The Wedge Tensile Test Must Be Separate fasteners From Those Required For The Yield Test. 3.12.1 Testing For Socket Head Cap Screws Must Be In Accordance Mil-dtl-1222, Paragraphs 4.5.2.3 And 4.5.2.3.1. 3.12.2 Testing For All Other Headed Fasteners With A Nominal Diameter Greater Than 1/4-inch Must Be In Accordance With Astm-f606 For Grades 5, 8, B7, And B16.for All Other Grades, The Following Wedge Angles Must Be Used. a. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Of 1/4-inch Through 1-inch (inclusive) Must Be Tested With A Ten Degree Wedge. b. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Over 1-inch Must Be Tested With A Six Degree Wedge. c. Fasteners That Are Of Grades 8, B7, B16, 410, 416, 416se, 431, And 630 And Are Threaded Within One Diameter To The Underside Of The Head Must Be Tested As Follows: sizes 1/4 Inch Through 3/4 Inch (inclusive) Use A Six Degree Wedgesizes Over 3/4 Inch Use A Four Degree Wedge d. Fasteners Which Have Passed Testing With Wedge Angles Greater Than Those Specified Should Be Considered Acceptable. 3.12.3 For Fasteners Having A Length Less Than The Minimum Specified In Table 1 Of Astm-f606, One "test Specimen Fastener" Must Be Manufactured From Each Lot Of Fasteners And Tested To Represent That Lot. The Length Of These Test Specimen Fasteners Must Meet the Minimum Specified In Table 1 Of Astm-f606 But Must Not Exceed It By More Than 1/4 Inch. Test Specimen Fasteners Must Be The Same Type, Style, And Diameter As The Production Lot And Must Be Manufactured From The Same Starting Material, Using The Same manufacturing Techniques As The Production Lot, And Must Be Heat Treated (if Required) Along With The Production Lot. 3.13 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent inspection In Accordance With Asme B1 Series Is Acceptable. 3.13.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement. 3.13.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System 22 Of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222. 3.13.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.14 Specification Change - For Qq-n-281, Class B Material: 1 - Footnote 9 To Table Ii Of Qq-n-281 Does Not Apply. 2 - When Starting Material Is Round Bar Greater Than 3" Dia, The Mechanical Properties Of Hex Bar Apply. 3.15 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, (s9074-aq-gib-010/248 For Brazing) By Personnel And Procedures qualified Under S9074-aq-gib-010/248 For All Production And Repair Welding And Brazing. Procedures And Qualification Data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.16 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. 3.17 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.17.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide a Copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.17.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/ 3.17.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.18 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.19 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further application Of The Above Documents Is Prohibited.prohibited. 3.19.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. ^ Quality Assurance Requirements ^ 3.20 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected, identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer. 3.21 Additional Marking For Fasteners - Fasteners Must Be Marked In Accordance With ;mil-dtl-1222, Except The Self-locking Hex Nuts Must Be Marked In Accordance With Nasm 17828. Nasm 17828 Nuts Must Be Marked On The Wrenching Surface With The Manufacturer's identification Symbol, Material Symbol And Heat/lot Traceability Code; . The Method Of Marking Must Be Types I, Ii, Iii, V, Viii Or Ix Of Mil-std-792 Except For Grades 410, 416 And 431 In The H Condition And Grades 8, 630, A574, And 4340 Which Must Be Marked by Method Ii When Marking Is Applied After The Final Heat Treatment. Markings On Fasteners That Are To Be Coated Must Be Marked Prior To Coating And Have A Minimum Depth Of 4 Mils. Traceability Marking Must Be Legible After The Application Of Protective compounds. 3.21.1 Marking Is Required For All Fasteners Regardless Of Size And Must Include The Material Symbol, The Manufacturer's Identification Symbol, And The Traceability Marking. Marking Must Be Applied On The Head Of Headed Fastener (top Preferred, Side location If Necessary). Self-locking Screws Must Also Be Marked With Six Dots. Where No Contract Invoked Specification Requirement Exists For This Marking, Self-locking Fasteners Must Be Marked With Six Dots Approximately .032" Diameter, Raised Or Depressed by Approximately .010" Located On The Top Perimeter Of The Head Of The Fastener In An Arc Or Circular Pattern. The Six Dots Must Be Distinguishable From All Other Required Markings. 3.22 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 3.23 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item Made To T9074-bd-gib-010/0300, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12). 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. The Revision Of The Process Control Plan Used And The Date Of Most Recent First Article Approval Or Recertification. 5. Actual Data Of Specified Chemical And Mechanical Tests And A Record Of The Final Heat Treatment (if Applicable). 6. Qualitative Results Of Nondestructive Tests And Other Inspections Or Tests. 7. The Melt Processes Used And The Melting Source Of The Material If The Contractor Is Not The Melter. 8. A Statement That Each Lot Has Been Sampled, Tested, And Inspected In Accordance With The Specification Requirements And That The Manufacturer Has Maintained Adequate Manufacturing Procedures Demonstrated In First Article Testing As Listed And Maintained As specified In Paragraph 4.3.2 Of T9074-bd-gib-010/0300 And Quality Assurance Practices To Produce A Product That Meets The Chemical And Mechanical Property Requirements Specified Throughout The Product. 9. A Statement That Each Lot Meets All Specification Requirements. 10. Contractor's Or Authorized Personnel's Signature. 3.24 See Cdrls Di-misc-80875 (welding Procedures) And Di-misc-80876 (weld Procedure Qualification Data) - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As Part Of The Certification Oqe Package Submitted By The Contractor. note: These Requirements Do Not Apply To Tack/spot Welds. 3.24.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.24.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted, citing The Drawing Number And Pieces To Be Welded. (i.e. "wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc." Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz.") 3.24.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010/248, S9074-ar-gib-010a/278, And the Contract. 3.24.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application. 3.24.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual agreement Between The Vendor And Dcma. 3.24.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted as Part Of The Qualification Data. 3.24.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element. 3.24.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.24.9 When Production Or Repair Welding Is Required On Titanium Materials, The Applicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval. 3.24.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf. 3.24.11 See Cdrl Di-misc-80678 (consumed Weld Metal) - A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following: a) Filler Metal Lot Number(s) b) Specification And Type c) A Positive Statement That The Vendor Has Obtained Oqe And Verified That Each Lot Of Weld Filler Material Conforms To Specification Requirements. d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption. 3.24.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.25 See Cdrls Di-misc-80875 (brazing Procedures) And Di-misc-80876 (braze Proc Qual Data) - Prior To Performing Any Brazing, The Applicable Brazing Procedure Qualification Data Must Be Submitted. Brazing Procedures Must Be Submitted For Information With the Supporting Procedure Qualification Data. Brazing Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf. If The Contractor's Qualification Data Has Previously Been Approved By The Navy for This Or Other Contracts, A Copy Of The Original Approval Letter Must Besubmitted In Lieu Of The Qualification Data. (note: Letters Extendingapproval Of Qualification Data Based On Previous Approvals Are Not Acceptableto Fulfill This Requirement. The approval Letter Must Reference The Applicable Brazing Procedure And/or Brazing Procedure Qualification Data Number.) 3.26 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.26.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.26.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.26.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.26.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.26.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.27 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.27.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.27.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided by The Government Representative. 3.28 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactur
Closing Date13 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n742.11|wr3dd|717-605-7574|ashton.k.perry.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| time Of Delivery (june 1997)|20|clin 0001|twelve (12)|770 Days|||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|certifications - Stand-alone Receiving Report; Material - Receiving Report & Invoice Combo|material - Inspect & Accept At Source|tbd|n00104|tbd|material-s4306a ; Certifications- N39040|n50286|tbd|133.2|n/a|n/a| certifications - N39040|n/a|n/a|see Dd1423.|port_ptnh_wawf_notification@navy.mil| note For Contractor/administrative Contracting Officer|3|||| 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|| equal Opportunity For Veterans (jun 2020)|4||||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| warranty Of Data--basic (mar 2014)|2||| small Business Subcontracting Plan (sep 2023)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| progress Payments (nov 2021)|4||||| requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data-modifications (nov 2021))|7|||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (jan 2025)|13|336612|1,000 (# Of Employees)|||||||||||| cost Accounting Standards Notices And Certification (deviation 2018-o0015)(may 2018))|1|| instructions To Offerors -- Competitive Acquisition (nov 2021)|2||| type Of Contract (apr 1984)|1|firm-fixed Price| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| requirements For Certified Cost Or Pricing Data And Data Other Than Certifiedcost Or Pricing Data (may 2024))|1|| 1. The Purpose Of This Amendment Is To Remove The Following Clauses From The Solicitation: 52.225-5, Trade Agreements 52.225-6, Trade Agreements Certificate 2. All Other Terms And Conditions Remain Unchanged And In Full Effect. \ 1. This Is An Advanced Equipment Repair Program (aerp) Requirement. 2. Dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 3. Certifications Shall Be Submitted In Wawf At Least 20 Days Prior To Therequired Delivery Date To Allow Time For Portsmouth Nsy Review. 4. The Following Proposed Delivery Schedule Applies: weld Procedures And Qualification Data 120 Days After Contract Award Prior To performing Any Welding. Review (approval/disapproval) Must Be Accomplished Within 60 Days From Date Of Receipt radiographic Shooting Sketches (rss) 45 Days After Contract Award Prior Toperforming Radiography. Review (approval/disapproval) Must Be Accomplished Within 30 Days From Date Of Receipt. production Radiography (pr) 135 Days After Approval Of Radiographic Shootingsketches. Review (approval/disapproval) Must Be Accomplished Within 30 Days From Date Of Receipt. 5. All Contractual Documents (i.e. Contracts, Purchase Orders, Delivery Orders,task Orders, And Modifications) Related To The Instant Procurement Areconsidered To Be 'issued' By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commercemethods Such As Email. The Government's Acceptance Of The Contractor's Proposalconstitutes Bilateral Agreement To 'issue' Contractual Documents As Detailed Herein. 6.the Resultant Award Of This Solicitation Will Be Issued Bilaterally,requiring The Contractor's Written Acceptance Prior To Execution. 7. If Requirement Will Be Packaged At A Location Different From The Offeror;saddress, The Offeror Shall Provide The Name, Address, And Cage Of Thefacility. 8. Any Contract Awarded As A Result Of This Solicitation Will Be Do Certifiedfor National Defense Under The Defense Priorities And Allocations System(dpas). Provision 52.211-13, Notice Of Priority Rating For National Defense,emergency Preparedness, And Energy program Use, Shall Be Inserted Insolicitations When The Contract To Be Awarded Shall Be A Rated Order. 9. Offerors Must Have A Valid U.s. Security Clearance Of Confidential Or Higher In Order To Respond To This Rfp N0010425rzb38, Because The Rfpn0010425rzb38 Includes An Annex Classified At The Confidential Level Which Willbe Released Only To Offerors Possessing The Appropriate Clearance. All Classified Material Must Be Handled In Accordance With The National Industrial Security Program Operating Manual (nspom)(dod 5220-22-m) And Industrial Security Regulation (dod5220.22-r) \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Identification Of Classified Documents - This Contract/purchase Order Requires The Contractor To Have Authorized Access To Classified Documents In Accordance With The Attached Contract Security Classification Specification (dd Form 254). The Classified Documents And Security Level Are: ;6984058 - Confidential; 2.3 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.3.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.3.2 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.3.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. drawing Data=erh692-1805a10 |96169| B| |d|0001 | B|49998|0058869 drawing Data=erh692-1805a10 |96169| B| |d|0001.1 | B|49998|0055255 drawing Data=erh692-1805a10 |96169| B| |d|0001.2 | B|49998|0033791 drawing Data=erh692-1805a10 |96169| B| |d|0002 | B|49998|0069436 drawing Data=erh692-1805a10 |96169| B| |d|0003 | B|49998|0089424 drawing Data=erh692-1805a10 |96169| B| |d|0004 | B|49998|0060019 drawing Data=erh692-1805a10 |96169| B| |d|0005 | B|49998|0065743 drawing Data=erh692-1805a10 |96169| B| |d|0006 | B|49998|0062436 drawing Data=erh692-1805a10 |96169| B| |d|0007 | B|49998|0065697 drawing Data=erh692-1805a10 |96169| B| |d|0008 | B|49998|0064144 drawing Data=erh692-1805a10 |96169| B| |d|0009 | B|49998|0064780 drawing Data=erh692-1805a10 |96169| B| |d|0010 | B|49998|0066997 drawing Data=erh692-1805a10 |96169| B| |d|0011 | B|49998|0054689 drawing Data=erh692-1805a10 |96169| B| |d|0012 | B|49998|0050491 drawing Data=erh692-1805a10 |96169| B| |d|0013 | B|49998|0040719 drawing Data=erh692-1805a10 |96169| B| |d|0014 | B|49998|0258455 drawing Data=erh692-1805a10 |96169| B| |d|0015 | B|49998|0268176 drawing Data=erh692-1805a10 |96169| B| |d|0016 | B|49998|0291139 drawing Data=erh692-1805a10 |96169| B| |d|0017 | B|49998|0483371 drawing Data=erh692-1805a10 |96169| B| |d|0018 | B|49998|0196426 drawing Data=erh692-1805a10 |96169| B| |d|0019 | B|49998|0107977 drawing Data=erh692-1805a10 |96169| B| |d|0020 | B|49998|0109066 drawing Data=erh692-1805a10 |96169| B| |d|0021 | B|49998|0153771 drawing Data=erh692-1805a10 |96169| B| |d|0022 | B|49998|0149700 drawing Data=erh692-1805a10 |96169| B| |d|0023 | B|49998|0125724 drawing Data=erh692-1805a10 |96169| B| |d|0024 | B|49998|0137127 drawing Data=erh692-1805a10 |96169| B| |d|0025 | B|49998|0163750 drawing Data=erh692-1805a10 |96169| B| |d|0026 | B|49998|0249017 drawing Data=erh692-1805a10 |96169| B| |d|0027 | B|49998|0163495 drawing Data=erh692-1805a14 |96169| A| |d|0001 | A|49998|0053363 drawing Data=erh692-1805a14 |96169| A| |d|0001.1 | A|49998|0048132 drawing Data=erh692-1805a14 |96169| A| |d|0001.2 | A|49998|0012616 drawing Data=erh692-1805a14 |96169| A| |d|0002 | A|49998|0078717 drawing Data=erh692-1805a14 |96169| A| |d|0003 | A|49998|0061819 drawing Data=erh692-1805a14 |96169| A| |d|0004 | A|49998|0061022 drawing Data=erh692-1805a14 |96169| A| |d|0005 | A|49998|0039463 drawing Data=erh692-1805a14 |96169| A| |d|0006 | A|49998|0180622 drawing Data=erh692-1805a14 |96169| A| |d|0007 | A|49998|0164848 drawing Data=erh692-1805a14 |96169| A| |d|0008 | A|49998|0193363 drawing Data=erh692-1805a16 |96169| A| |d|0001 | A|49998|0056815 drawing Data=erh692-1805a16 |96169| A| |d|0001.1 | A|49998|0016081 drawing Data=erh692-1805a16 |96169| A| |d|0002 | A|49998|0076230 drawing Data=erh692-1805a16 |96169| A| |d|0003 | A|49998|0257234 drawing Data=erh692-1805a2 |96169| A| |d|0001 | A|49998|0064579 drawing Data=erh692-1805a2 |96169| A| |d|0002 | A|49998|0045127 drawing Data=erh692-1805a2 |96169| A| |d|0003 | A|49998|0064187 drawing Data=erh692-1805a2 |96169| A| |d|0004 | A|49998|0209005 drawing Data=erh692-1805a20 |96169| A| |d|0001 | A|49998|0055592 drawing Data=erh692-1805a20 |96169| A| |d|0001.1 | A|49998|0039945 drawing Data=erh692-1805a20 |96169| A| |d|0002 | A|49998|0083858 drawing Data=erh692-1805a20 |96169| A| |d|0003 | A|49998|0065519 drawing Data=erh692-1805a20 |96169| A| |d|0004 | A|49998|0075278 drawing Data=erh692-1805a20 |96169| A| |d|0005 | A|49998|0205744 drawing Data=erh692-1805a20 |96169| A| |d|0006 | A|49998|0134871 drawing Data=erh692-1805a20 |96169| A| |d|0007 | A|49998|0280400 drawing Data=erh692-1805a22 |96169| A| |d|0001 | A|49998|0053056 drawing Data=erh692-1805a22 |96169| A| |d|0001.1 | A|49998|0040743 drawing Data=erh692-1805a22 |96169| A| |d|0002 | A|49998|0086329 drawing Data=erh692-1805a22 |96169| A| |d|0003 | A|49998|0155222 drawing Data=erh692-1805a22 |96169| A| |d|0004 | A|49998|0173328 drawing Data=erh692-1805a23 |96169| B| |d|0001 | B|49998|0054707 drawing Data=erh692-1805a23 |96169| B| |d|0002 | B|49998|0059708 drawing Data=erh692-1805a23 |96169| B| |d|0003 | B|49998|0015391 drawing Data=erh692-1805a23 |96169| B| |d|0004 | B|49998|0033167 drawing Data=erh692-1805a23 |96169| B| |d|0005 | B|49998|0029130 drawing Data=erh692-1805a24 |96169| B| |d|0001 | B|49998|0052935 drawing Data=erh692-1805a24 |96169| B| |d|0001.1 | B|49998|0021175 drawing Data=erh692-1805a24 |96169| B| |d|0001.2 | B|49998|0046182 drawing Data=erh692-1805a24 |96169| B| |d|0001.3 | B|49998|0022405 drawing Data=erh692-1805a24 |96169| B| |d|0002 | B|49998|0088930 drawing Data=erh692-1805a24 |96169| B| |d|0003 | B|49998|0170585 drawing Data=erh692-1805a27 |96169| B| |d|0001 | B|49998|0058457 drawing Data=erh692-1805a27 |96169| B| |d|0001.1 | B|49998|0050626 drawing Data=erh692-1805a27 |96169| B| |d|0001.2 | B|49998|0045875 drawing Data=erh692-1805a27 |96169| B| |d|0001.3 | B|49998|0067842 drawing Data=erh692-1805a27 |96169| B| |d|0001.4 | B|49998|0040835 drawing Data=erh692-1805a27 |96169| B| |d|0002 | B|49998|0088669 drawing Data=erh692-1805a27 |96169| B| |d|0003 | B|49998|0097284 drawing Data=erh692-1805a27 |96169| B| |d|0004 | B|49998|0170590 drawing Data=erh692-1805a28 |96169| A| |d|0001 | A|49998|0043965 drawing Data=erh692-1805a29 |96169| B| |d|0001 | B|49998|0066769 drawing Data=erh692-1805a29 |96169| B| |d|0001.1 | B|49998|0037115 drawing Data=erh692-1805a29 |96169| B| |d|0001.2 | B|49998|0046131 drawing Data=erh692-1805a29 |96169| B| |d|0002 | B|49998|0092560 drawing Data=erh692-1805a29 |96169| B| |d|0003 | B|49998|0148173 drawing Data=erh692-1805a29 |96169| B| |d|0004 | B|49998|0237977 drawing Data=erh692-1805a5 |96169| A| |d|0001 | A|49998|0054329 drawing Data=erh692-1805a5 |96169| A| |d|0001.1 | A|49998|0041525 drawing Data=erh692-1805a5 |96169| A| |d|0001.2 | A|49998|0028816 drawing Data=erh692-1805a5 |96169| A| |d|0002 | A|49998|0088317 drawing Data=erh692-1805a5 |96169| A| |d|0003 | A|49998|0051068 drawing Data=erh692-1805a5 |96169| A| |d|0004 | A|49998|0081532 drawing Data=erh692-1805a5 |96169| A| |d|0005 | A|49998|0073394 drawing Data=erh692-1805a5 |96169| A| |d|0006 | A|49998|0079885 drawing Data=erh692-1805a5 |96169| A| |d|0007 | A|49998|0055120 drawing Data=erh692-1805a5 |96169| A| |d|0008 | A|49998|0060177 drawing Data=erh692-1805a5 |96169| A| |d|0009 | A|49998|0056586 drawing Data=erh692-1805a5 |96169| A| |d|0010 | A|49998|0072207 drawing Data=erh692-1805a5 |96169| A| |d|0011 | A|49998|0050781 drawing Data=erh692-1805a5 |96169| A| |d|0012 | A|49998|0054895 drawing Data=erh692-1805a5 |96169| A| |d|0013 | A|49998|0053120 drawing Data=erh692-1805a5 |96169| A| |d|0014 | A|49998|0055598 drawing Data=erh692-1805a5 |96169| A| |d|0015 | A|49998|0037341 drawing Data=erh692-1805a5 |96169| A| |d|0016 | A|49998|0041355 drawing Data=erh692-1805a5 |96169| A| |d|0017 | A|49998|0014793 drawing Data=erh692-1805a5 |96169| A| |d|0018 | A|49998|0208431 drawing Data=erh692-1805a5 |96169| A| |d|0019 | A|49998|0230578 drawing Data=erh692-1805a5 |96169| A| |d|0020 | A|49998|0227752 drawing Data=erh692-1805a5 |96169| A| |d|0021 | A|49998|0156401 drawing Data=erh692-1805a5 |96169| A| |d|0022 | A|49998|0086544 drawing Data=erh692-1805a6 |96169| A| |d|0001 | A|49998|0052356 drawing Data=erh692-1805a6 |96169| A| |d|0001.1 | A|49998|0029696 drawing Data=erh692-1805a6 |96169| A| |d|0002 | A|49998|0061577 drawing Data=erh692-1805a6 |96169| A| |d|0003 | A|49998|0213053 drawing Data=erh692-1805a6 |96169| A| |d|0004 | A|49998|0159937 drawing Data=erh692-1805a6 |96169| A| |d|0005 | A|49998|0081174 drawing Data=erh692-1805a8 |96169| A| |d|0001 | A|49998|0045984 drawing Data=erh692-1805a8 |96169| A| |d|0001.1 | A|49998|0029643 drawing Data=erh692-1805a8 |96169| A| |d|0002 | A|49998|0062370 drawing Data=erh692-1805a8 |96169| A| |d|0003 | A|49998|0057451 drawing Data=erh692-1805a8 |96169| A| |d|0004 | A|49998|0058330 drawing Data=erh692-1805a8 |96169| A| |d|0005 | A|49998|0071878 drawing Data=erh692-1805a8 |96169| A| |d|0006 | A|49998|0069393 drawing Data=erh692-1805a8 |96169| A| |d|0007 | A|49998|0234907 drawing Data=erh692-1805a8 |96169| A| |d|0008 | A|49998|0252467 drawing Data=erh692-1805a8 |96169| A| |d|0009 | A|49998|0166340 drawing Data=erh692-1805a9 |96169| A| |d|0001 | A|49998|0061879 drawing Data=erh692-1805a9 |96169| A| |d|0001.1 | A|49998|0046983 drawing Data=erh692-1805a9 |96169| A| |d|0001.2 | A|49998|0032606 drawing Data=erh692-1805a9 |96169| A| |d|0002 | A|49998|0065986 drawing Data=erh692-1805a9 |96169| A| |d|0003 | A|49998|0088361 drawing Data=erh692-1805a9 |96169| A| |d|0004 | A|49998|0045642 drawing Data=erh692-1805a9 |96169| A| |d|0005 | A|49998|0060379 drawing Data=erh692-1805a9 |96169| A| |d|0006 | A|49998|0060325 drawing Data=erh692-1805a9 |96169| A| |d|0007 | A|49998|0054999 drawing Data=erh692-1805a9 |96169| A| |d|0008 | A|49998|0066982 drawing Data=erh692-1805a9 |96169| A| |d|0009 | A|49998|0061293 drawing Data=erh692-1805a9 |96169| A| |d|0010 | A|49998|0249722 drawing Data=erh692-1805a9 |96169| A| |d|0011 | A|49998|0185935 drawing Data=h692-1805a1 |53711| A|er |d|0001 | A|49998|0124800 drawing Data=h692-1805a108 |53711| A|er |d|0001 | A|49998|1749473 drawing Data=h692-1805a112 |53711| A|er |d|0001 | A|49998|1735163 drawing Data=h692-1805a117 |53711| A|er |d|0001 | A|49998|0336981 drawing Data=h692-1805a36 |53711| A|er |d|0001 | A|49998|3525344 drawing Data=h692-1805a39 |53711| A|er |d|0001 | A|49998|2322180 drawing Data=h692-1805a42 |53711| A|er |d|0001 | A|49998|2129693 drawing Data=h692-1805a45 |53711| A|er |d|0001 | A|49998|1044520 drawing Data=h692-1805a47 |53711| A|er |d|0001 | A|49998|0942219 drawing Data=h692-1805a48 |53711| A|er |d|0001 | A|49998|1147467 drawing Data=h692-1805a49 |53711| A|er |d|0001 | A|49998|0874778 drawing Data=h692-1805a50 |53711| A|er |d|0001 | A|49998|2444022 drawing Data=h692-1805a54 |53711| A|er |d|0001 | A|49998|2038034 drawing Data=h692-1805a60 |53711| E|er |d|0001 | E|49998|2662465 drawing Data=h692-1805a64 |53711| D|er |d|0001 | D|49998|0045314 drawing Data=h692-1805a64 |53711| D|er |d|0002 | D|49998|0046811 drawing Data=h692-1805a64 |53711| D|er |d|0003 | D|49998|0020837 drawing Data=h692-1805a64 |53711| D|er |d|0004 | D|49998|0009860 drawing Data=h692-1805a64 |53711| D|er |d|0005 | D|49998|0014534 drawing Data=h692-1805a64 |53711| D|er |d|0006 | D|49998|0047048 drawing Data=h692-1805a64 |53711| D|er |d|0007 | D|49998|0032696 drawing Data=h692-1805a64 |53711| D|er |d|0008 | D|49998|0035483 drawing Data=h692-1805a64 |53711| D|er |d|0009 | D|49998|0046901 drawing Data=h692-1805a64 |53711| D|er |d|0010 | D|49998|0012022 drawing Data=h692-1805a64 |53711| D|er |d|0011 | D|49998|0033286 drawing Data=h692-1805a64 |53711| D|er |d|0012 | D|49998|0030524 drawing Data=h692-1805a64 |53711| D|er |d|0013 | D|49998|0029695 drawing Data=h692-1805a64 |53711| D|er |d|0014 | D|49998|0031647 drawing Data=h692-1805a64 |53711| D|er |d|0015 | D|49998|0031818 drawing Data=h692-1805a64 |53711| D|er |d|0016 | D|49998|0036726 drawing Data=h692-1805a64 |53711| D|er |d|0017 | D|49998|0021180 drawing Data=h692-1805a73 |53711| A|er |d|0001 | A|49998|5362927 drawing Data=h692-1805a85 |53711| B|er |d|0001 | B|49998|1554163 drawing Data=h692-1805a87 |53711| A|er |d|0001 | A|49998|0271668 drawing Data=h692-1805a88 |53711| A|er |d|0001 | A|49998|0319661 drawing Data=h692-1805a89 |53711| B|er |d|0001 | B|49998|0495358 drawing Data=h692-1805a9 |53711| A|er |d|0001 | A|49998|3105459 drawing Data=h692-1805a90 |53711| B|er |d|0001 | B|49998|1820669 drawing Data=h692-1805a91 |53711| A|er |d|0001 | A|49998|1745170 drawing Data=h692-1805a92 |53711| A|er |d|0001 | A|49998|2236282 drawing Data=h692-1805a95 |53711| A|er |d|0001 | A|49998|2575036 drawing Data=2625-010x08 |96169| A| |d|0001 | A|49998|0825199 drawing Data=5959311c5 |53711| A|er |d|0001 | A|49998|0687003 drawing Data=6984058 |53711| A| |d|0001 | A|00026|0000000 drawing Data=7067878 |53711| A| |d|0000.a | A|49998|0055935 drawing Data=7067878 |53711| A| |d|0001 | A|49998|0087250 drawing Data=7067878 |53711| A| |d|0002 | A|49998|0092836 drawing Data=7067878 |53711| A| |d|0003 | A|49998|0013085 drawing Data=7067878 |53711| A| |d|0004 | A|49998|0016641 drawing Data=7067878 |53711| A| |d|0005 | A|49998|0040694 drawing Data=7067878 |53711| A| |d|0006.1 | A|49998|0082343 drawing Data=7067878 |53711| A| |d|0006.2 | A|49998|0073258 drawing Data=7067878 |53711| A| |d|0006.3 | A|49998|0094913 drawing Data=7067878 |53711| A| |d|0006.4 | A|49998|0022877 drawing Data=7067878 |53711| A| |d|0006.5 | A|49998|0046043 drawing Data=7067878 |53711| A| |d|0007.01 | A|49998|0034852 drawing Data=7067878 |53711| A| |d|0007.02 | A|49998|0063518 drawing Data=7067878 |53711| A| |d|0007.03 | A|49998|0065396 drawing Data=7067878 |53711| A| |d|0007.04 | A|49998|0067087 drawing Data=7067878 |53711| A| |d|0007.05 | A|49998|0066694 drawing Data=7067878 |53711| A| |d|0007.06 | A|49998|0064384 drawing Data=7067878 |53711| A| |d|0007.07 | A|49998|0063971 drawing Data=7067878 |53711| A| |d|0007.08 | A|49998|0075575 drawing Data=7067878 |53711| A| |d|0007.09 | A|49998|0061690 drawing Data=7067878 |53711| A| |d|0007.10 | A|49998|0049467 drawing Data=7067878 |53711| A| |d|0007.11 | A|49998|0038500 drawing Data=7067878 |53711| A| |d|0008.1 | A|49998|0035321 drawing Data=7067878 |53711| A| |d|0008.2 | A|49998|0043555 drawing Data=7067878 |53711| A| |d|0008.3 | A|49998|0014656 drawing Data=7067878 |53711| A| |d|0009 | A|49998|0258332 drawing Data=7067878 |53711| A| |d|0010 | A|49998|0266122 drawing Data=7067878 |53711| A| |d|0011 | A|49998|0292941 drawing Data=7067878 |53711| A| |d|0012 | A|49998|0489518 drawing Data=7067878 |53711| A| |d|0013 | A|49998|0187950 drawing Data=7067878 |53711| A| |d|0014 | A|49998|0112705 drawing Data=7067878 |53711| A| |d|0015 | A|49998|0138164 drawing Data=7067878 |53711| A| |d|0016 | A|49998|0214006 drawing Data=7067878 |53711| A| |d|0017 | A|49998|0169091 drawing Data=7067878 |53711| A| |d|0018 | A|49998|0173572 drawing Data=7067878 |53711| A| |d|0019 | A|49998|0134953 drawing Data=7067878 |53711| A| |d|0020 | A|49998|0173655 drawing Data=7067878 |53711| A| |d|0021 | A|49998|0277216 drawing Data=7067878 |53711| A| |d|0022 | A|49998|0181070 document Ref Data=fed-std-h28 | | |b |190424|a| | | document Ref Data=fed-std-h28 |0020| |b |941221|a| |01| document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-b150 | | | |190401|a| | | document Ref Data=qq-n-281 | | |d |851023|a|2 | | document Ref Data=qq-n-286 | | |g |001207|a| | | document Ref Data=astm-b369 | | | |200401|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-dtl-1222 | | |j |001208|a| | | document Ref Data=astm-e1417 | | | |160615|a| | | document Ref Data=astm-e1444 | | | |160601|a| | | document Ref Data=mil-std-2035 | | |a |950515|a| | | document Ref Data=mil-std-2132 | | |d |080310|f| |01| document Ref Data=astm-d4066 | | | |130701|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=mil-dtl-15024 | | |g |180303|a| | | document Ref Data=mil-c-15726 | | |f |911008|a|1 | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=qpl 25027 |0017| | |000207|a| | | document Ref Data=mil-i-45208 | | |a |810724|a|1 | | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=a-a-59004 | | |b |081118|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=0900-lp-001-7000 | | | |810101|c| |01| document Ref Data=aia/nas Nasm 17828 | | |1 |130430|a| | | document Ref Data=aia/nas Nasm 25027 | | |1 |121221|a| | | document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;complete Tank Assembly, To Be In Accordance With Navsea Drawing 595-7067878, Assembly A10/a11, And All Engineering Reports Included With This Contract/purchase Order, Except As Amplified Or Modified Herein.; 3.2 ;the Correct Width Of The O-ring Groove Shown In Detail View 21-3d Of Navsea Drawing 7067878 Is .375/.385 Inches.; 3.3 ;wiper Strip, Part 18, Must Be In Accordance With Navsea Drawing 803-5959311 Note 2 K (3) (e) And Engineering Report Er5959311c5.; 3.4 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;body, Tank, Part 43; Flange, Tank, Part 44; Flange, Tank, Part 45; material - ;astm-b369, Uns C96400; part - ;rod, Tail, Part 46; material - ;astm-b150, C63200; part - ;threadpiece, Union, Part 51; material - ;mil-c-15726, Alloy C71500, Form Rod,temper 060; part - ;stud, Parts 47, 53, And 54; material - ;mil-dtl-1222, Type Iv, Grade 500, Qq-n-286, Annealed And Age Hardened; part - ;nut, Hex, Self-locking, Parts 48 And 50; material - Qq-n-281, Class A Annealed (hot Finished Or Cold Drawn) Or Class B Cold Drawn. all Material Must Be From The Same Class. self-locking Element- Astm-d4066, Group 01, Class 1, Grade 1 3.5 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings And Specifications Is Still Required, But Certifications Are Only Required As listed Below. test - Non-destructive Tests item - ;weld Repair (as Applicable); performance - Per Applicable Fabrication Specification acceptance - Per Applicable Fabrication Specification test - Quality Conformance Tests item - Self-locking Nuts performance - ;nasm25027; acceptance - ;nasm25027; attribute - Certificate Of Completion item - Self-locking Nut Nonmetallic Insert performance - ;astm-d4066, Group 01, Class 1, Grade 1; attribute - Certificate Of Compliance item - Self-locking Nuts performance - This Certificate Must State That Self-locking Nuts Were Manufactured By An Approved Source. Approved Sources Are Those Listed On Qpl-25027 For The Appropriate Fastener. This Qpl May Also Be Considered As Approved Sources For Heavy Hex self-locking Nuts. test - Ultrasonic Inspection On Starting Material item - ;all Items Requiring Certification Made From Qq-n-286 With A Diameter Or Minimum Distance Between Parallel Surfaces Of 4 Inches Or Greater Of The Starting Material, Or When Required By A Drawing Or Specification Invoked Elsewhere In This Contract; performance - T9074-as-gib-010/271 Or Mil-std-2132, And Qq-n-286 acceptance - Qq-n-286 attribute - Annealing And Age Hardening item - ;stud, Parts 47, 53, And 54; performance - Qq-n-286 test - ;liquid Penetrant Inspection; item - ;stud, Parts 47, 53, And 54; performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222 acceptance - Mil-dtl-1222 test - ;dye Penetrant Inspection For Non-magnetic Grades; item - ;nut, Hex, Self-locking, Parts 48 And 50; performance - T9074-as-gib-010/271 Or Astm-e1417/astm-e1444 (method C Solvent Removal Techniques Must Not Be Used On Thread) acceptance - ;nasm25027; test - Weldability Test Of Astm-b369 Material item - ;body, Tank, Part 43; Flange, Tank, Part 44; Flange, Tank, Part 45; performance - Astm-b369 acceptance - Astm-b369 test - Pressure Tests item - Each Assembly performance - ;general Notes 7012 & 7013 Of Drawing 7067878; acceptance - ;general Notes 7012 & 7013 Of Drawing 7067878; test - 5x Visual Magnification Or Dye Penetrant Inspection (root Layer) item - Weldments performance - T9074-as-gib-010/271 acceptance - Mil-std-2035 test - Visual And Dye Penetrant Inspection (final Layer) item - Weldments performance - T9074-as-gib-010/271 acceptance - Mil-std-2035 3.6 Radiography Is Required On ;body, Tank, Part 43; Flange, Tank, Part 44; Flange, Tank, Part 45; Joint J0003; And Joint J0004. Radiography Is Required For Weldments And Must Be Identified To The Weld Joint; . 3.7 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig. the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes. 3.8 Confidential Hydrostatic Test Pressures - When Test Pressures Are Confidential, Certification Must Reference ;6984058 Rev A; And The Item Number To Which The Item Was Tested In Lieu Of The Actual Pressures. Any Drawing Requirement To Mark The Working pressure On The Item Does Not Apply And Is Strictly Prohibited. 3.9 Specification Change - For Qq-n-281, Class B Material: 1 - Footnote 9 To Table Ii Of Qq-n-281 Does Not Apply. 2 - When Starting Material Is Round Bar Greater Than 3" Dia, The Mechanical Properties Of Hex Bar Apply. 3.10 K-monel Fasteners - Material Must Be Heat Treated Per Qq-n-286. 3.10.1 Fasteners That Have Been Hot Or Cold Headed Or Roll Threaded Must Be Solution Annealed Followed By Age Hardening Subsequent To All Heading And Thread Rolling Operations. The Mechanical Properties On Certifications Must Be Actual Properties Of The annealed And Age Hardened Material And Must Meet The Requirements Of Qq-n-286. 3.10.2 Qq-n-286 Fasteners That Have Been Headed And/or Roll Threaded Must Not Beage Hardened Unless The Material Has Been Solution Annealed Subsequent To The Heading And Threading Operations. Threads Formed After The Final Age Hardening Heat Treatment Must Be cut Or Ground Only. 3.11 K-monel Fasteners - K-monel Externally Threaded Fasteners Must Have Mechanical Properties Determined In Accordance With Mil-dtl-1222. Test Results Must Include Tensile, Yield, Elongation And Hardness As Required By Mil-dtl-1222. (the Hardness Tests Must be Performed On A Full Size Fastener.) 3.11.1 Studs Require An Axial Tensile Test In Accordance With Mil-dtl-1222. 3.11.2 Headed Fasteners Require A Wedge Tensile Test As Specified Elsewhere In This Contract/purchase Order. 3.12 Thread Forming - The Following Provides The Official Interpretation Of Paragraph 4.5.2.7 Of Mil-dtl-1222. 3.12.1 In Order To Qualify For "alternate Mechanical Testing" Found In Mil-dtl-1222j Paragraph 4.5.2.7 And Utilize The Mechanical Properties For The Starting Bar Stock In Lieu Of Performing Yield Strength Or Proof Stress Testing On Finished Fasteners, All Of the Subsequent Provisions Found In Mil-dtl-1222j Paragraphs 4.5.2.7 A Through E Must Be Met. If Any Single Provision Is Not Met, All Required Mechanical Testing Must Be Performed On The Finished Full Sized Fasteners. These Provisions Are Explained As Follows: a. Proper Product Lot Control And Traceability Must Be In Place. b. No Heat Treatment (including Hot Heading And Hot Forming), Cold Forming, Drawing, Rolling And Thread Rolling May Be Performed On The Starting Bar, Fastener Blanks Or Finished Fasteners After The Completion Of The Mechanical Testing On The Starting Bar. c. And D. The Proper Size Starting Bar Must Be Selected To Ensure Mechanical Properties Of Finished Fasteners Are Represented By The Mechanical Properties Of The Starting Bar. e. The Mandatory Testing, Axial Tensile (studs) And Wedge Tensile (screws And Bolts) Must Be Performed On Full Sized Fasteners. Note That There Is A Typographical Error In Paragraph 4.5.2.7 And That The Axial Load Test Is A Mandatory Test That Must Be performed On Studs As Required In Paragraph 4.5.2.7.e. 3.12.2 Thread Rolling Is A Cold Working Process And Is Not Considered To Be A Machining Or Grinding Operation. Therefore, Fasteners Which Have Rolled Threads Do Not Satisfy The Provisions Of Mil-dtl-1222j Paragraph 4.5.2.7.b And Are Not Eligible For The "alternate Mechanical Testing" Provision. 3.12.3 Thread Rolling Alone Is Not A Sufficient Cold Working Process To Qualify A Fastener To Be In The Cold Worked (cw) Condition. This Condition Is Only Applicable To Some 300 Series Stainless Steel Studs, Screws And Nuts. These Cw Condition Fasteners must Be Manufactured From Cold Worked Bar Stock Or Be Cold Headed In Order To Qualify. The Threads May Subsequently Be Rolled, Machined Or Ground. Testing Of The Finished Fasteners And/or Reporting Of The Starting Bar Stock Material Properties Is Subject To the Same Provisions Found In Mil-dtl-1222j Paragraph 4.5.2.7 And Discussed Above. 3.13 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.14 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent inspection In Accordance With Asme B1 Series Is Acceptable. 3.14.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement. 3.14.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System 22 Of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222. 3.14.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.15 O-ring Grooves And Mating Sealing Surfaces Must Be Inspected Per The Contractually Invoked Drawings Or Specifications. When The Drawings Or Specifications Do Not Provide Specific Defect Criteria Or State That No Defects Are Allowed, The General acceptance Criteria (gac) Standard Must Be Used For Inspecting O-ring Grooves And Mating Sealing Surfaces Only. Repairs To Sealing Surfaces And O-ring Grooves With Unacceptable Defects May Be Accomplished Within The Limits Of The Size And Tolerances Provided in The Applicable Drawing. Repairs Thatwould Exceed These Limits Require Approval (including Final Dimensions). The Data That Is Red Lined (crossed Out) Is Excluded From The Gac For This Contract And Is Not To Be Used For Acceptance Or Rejection Criteria. the Gac Document Is Identified As Contract Support Library Reference Number Csd008 At Https://register.nslc.navy.mil/ 3.16 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test Of Qq-n-286 Must Be Performed By One Of The Following Laboratories: huntington Alloys, A Special Metals Company attn: Bill Bolenr 3200 Riverside Drive huntington, Wv 257059 phone: (304) 526-5889 fax: (304) 526-5973 metallurgical Consultants, Inc. attn: W. M. Buehler 4820 Caroline po Box 88046 houston, Tx 77288-0046 phone: (713) 526-6351 fax: (713) 526-2964 naval Surface Warfare Center, Carderock Division attn: Eric Focht Code 614 9500 Macarthur Blvd west Bethesda, Md 20817-5700 phone: (301) 227-5032 fax: (301) 227-5576 teledyne Allvac attn: Dr. W. D. Cao 2020 Ashcraft Ave. monroe, Nc 28110 phone: (704) 289-4511 fax: (704) 289-4269 westmoreland Mechanical Testing And Research Inc. attn: Andrew Wisniewski p.o. Box 388 youngstown, Pa 15696-0388 mannesmann Rohrenwerke mannesmann Forschungsinstitut (mfi) attn: Dr. Weiss postfach 251160 47251 Duisburg germany phone: 011-49-0203-9993194 fax: 011-49-0203-9994415 thyssenkrupp Vdm Usa, Inc. attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 houston, Tx 77065-4939 phone: (281) 955-6683 3.17 Thread Lubricant - Thread Lubricants Containing Molybdenum Disulfide Must Not Be Used On This Material. Bacteria In Water, Especially Seawater, Causes Molybdenum Disulfide To Break Down. The By-products Of The Breakdown Form Compounds Which Attack The fasteners. Anti-galling Compound A-a-59004 Must Be Used As A Replacement When Thread Lubricant Is Required For Assembly. 3.18 Component Identification Description (cid) - When Applicable Drawing(s) And/or Specification(s) Specify That A Nameplate Or Identification Plate Is Required, The Cid Number ( ;cid 929997033; ) Must Be Added. When No Plate Is Specified, An Identification plate In Accordance With Mil-dtl-15024, Type "c" On Brass Or Type "h" On Aluminum Must Be Securely Attached To Each Assembly Showing The Above Cid Number. No Assembly Must Be Shipped Without The Cid Number Attached. 3.19 Component Identification - An Aerp Serial Number Will Be Assigned To Each Component And A Nameplate Will Be Provided By Navsup Wss Mech, Code N97121, As Government Furnished Equipment (gfe) Prior To Packaging And Shipment. The Contractor Is Requested To notify Navsup Wss Mech, Code N97121 When The Manufacturing Process Is Ready For The Nameplate(s), Allowing Sufficient Time For Mailing. Additional Details Are Clarified In The Referenced Refurbishment Instruction Or Procurement Specification From Submepp. 3.20 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel applications, Or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing, Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Repair Welding Is Not permitted On ;qq-n-286 Material; . Procedures And Qualification Data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.21 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.21.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide a Copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.21.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.21.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.22 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.23 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. 3.24 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further application Of The Above Documents Is Prohibited.prohibited. 3.24.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. ^ Quality Assurance Requirements ^ 3.25 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected, identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer. 3.26 See Cdrls Di-misc-80875 (welding Procedures) And Di-misc-80876 (weld Procedure Qualification Data) - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As Part Of The Certification Oqe Package Submitted By The Contractor. note: These Requirements Do Not Apply To Tack/spot Welds When The Conditions Of Section 4.2.1.1 Of S9074-ar-gib-010a/278 Are Met. 3.26.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.26.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted, citing The Drawing Number And Pieces To Be Welded. (i.e. "wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc." Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz.") 3.26.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010/248, S9074-ar-gib-010a/278, And the Contract. 3.26.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application. 3.26.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual agreement Between The Vendor And Dcma. 3.26.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted as Part Of The Qualification Data. 3.26.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element. 3.26.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.26.9 When Production Or Repair Welding Is Required On Titanium Materials, The Applicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval. 3.26.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf. 3.26.11 See Cdrl Di-misc-80678 (consumed Weld Metal) - A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following: a) Filler Metal Lot Number(s) b) Specification And Type c) A Positive Statement That The Vendor Has Obtained Oqe And Verified That Each Lot Of Weld Filler Material Conforms To Specification Requirements. d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption. 3.26.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor,the Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.27 Radiography (rt) - Radiography Must Be Performed In Accordance With T9074-as-gib-010/271. Rt Acceptable Criteria For Castings To Be Criticality Level I Per The Applicable Table Of S9074-ar-gib-010a/278. Rt Acceptance Criteria For Weldments To Be Per The applicable Table Of S9074-ar-gib-010a/278 (p-1 Piping) Or Mil-std-2035, Class 1, As Applicable. 3.27.1 See Cdrl Di-misc-80678 (rss) - The Contractor Or Activity Performing The Radiography Must Be Responsible For Preparing The Radiographic Shooting Sketches (rss) In Accordance With T9074-as-gib-010/271. Shooting Sketch Approval Is Not Required For radiography Of Weldments. The Radiographic Standard Shooting Sketches (rsss) Referenced On The Applicable Drawing May Be Used, However, Since T9074-as-gib-010/271 Permits A Variety Of Processes, The Rsss May Not Be Applicable As They Will Not Necessarily Depend only On The Coverage Requirements, But Also On The Equipment And Procedures Of The Particular Radiographic Facility. Approval Of These Shooting Sketches Or Radiographic Standard Shooting Sketches Is Required Per S9074-ar-gib-010a/278. If This Data Has Been previously Approved By A Navy Activity, The Original Approval Letter Must Be Submitted At The Same Time As Rt Film And Reader Sheet Submittal. 3.27.2 All Pieces Radiographed Must Be Permanently Marked With "rt" And A Unique Rt Serial Number. (the Unique Rt Serial Number Must Be Directly Traceable To The Rt Film.) 3.27.3 See Cdrl Di-misc-80678 (production Radiography) - Production Radiography Requires Final Acceptance By The Navy. The Items Listed Below Must Be Submitted For Final Acceptance, Cataloging, File, And Retention. They Must Be Submitted And Approved Prior To shipment Of The Applicable Hardware. However, When The Source Certification Clause Is Invoked, They Must Be Submitted A Minimum Of Forty-five (45) Working Days Prior To The Date Of Source Certification Inspection. (a) Film (b) Rss/rsss (c) Rs (reader Sheets) (d) Documentation Record Listing The Part Number, Heat/lot Traceability, And Theunique Rt Serial Number (which Is Traceable To The Rt Film And Reader Sheet) 3.28 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.28.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.28.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.28.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.28.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.28.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.29 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.29.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.29.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided by The Government Representative. 3.30 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.30.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.30.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.30.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.30.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be established. Records Of This Effort Must Be Available For Review By The Government. 3.30.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Re
Closing Date11 Feb 2025
Tender AmountRefer Documents 

Western Philippines University Tender

Education And Training Services
Philippines
Details: Description 1 1 Copy Advanced Marketing Management/abante, Etc/2024 2 1 Copy Advanced Local Government And Regional Administration Development/abante, Etc/2024 3 1 Copy Advanced Production And Operation Management/abante, Etc/2024 4 1 Copy Advanced Public Fiscal Management, Finance And /abante, Etc/2024 5 1 Copy Assessment Of Learning 1/manas/2024 6 1 Copy Banking And Financial Institutions/bairan/2024 7 1 Copy Capital Markets/bairan/2024 8 1 Copy Charater Formation 1-patrotism And Nationalism/adra, Etc/2024 9 1 Copy Character Formation 2-leadership Making , Management And Administration/adra, Etc/2024 10 1 Copy Character Formation 1- Patriotism And Nationalism 3rd Ed./rondina, Etc/2024 11 1 Copy Character Formation 2-leadership Making , Management And Administration 3rd Ed./literfal, Etc/2024 12 1 Copy Comparative Model In Policing 4th Ed./castillo, Jr./2024 13 1 Copy Comparative Models Of Policing And Philippine National Police Policing ( Based On Prc Tos)/depayso/2024 14 1 Copy Criminological Research 2nd Ed./chavez, Etc/2024 15 1 Copy Criminological Research A Self Study Guide/depayso/2024 16 1 Copy Dispute Resolutions And Crises/incident Management/cano, Etc/2024 17 1 Copy Essentials Of Risk Management/banaag/2024 18 1 Copy Evidence/gabao/2024 19 1 Copy Facilitating Student-centered Teaching & Learning/larioque. Etc/2024 20 1 Copy Financial Analysis And Reporting/bairan/2024 21 1 Copy Financial Markets/bairan/2024 22 1 Copy Forensic Examination On Questioned Documents 5th Ed./alvarez/2024 23 1 Copy Forensic Photography 6th Ed./bulan/magadia/2024 24 1 Copy Fundamentals Of Criminal Investigation And Intelligence/tad-awan/2024 25 1 Copy Handbook In Juvenile Deliquency And Violence Againts Women And Their Children/barican/dausan/abordo/2024 26 1 Copy Human Behavior And Victimology /depayso/2024 27 1 Copy Human Development-understanding Criminal Behavior And Victimology/togana/2024 28 1 Copy Inclusive Education In Early Childhood Settings/boholona, Et Al./2024 29 1 Copy Income & Business Taxation/bairan/2024 30 1 Copy Introduction To Consumer Behavior/pasahol/2024 31 1 Copy Introduction To Criminology /caballero/barican/2024 32 1 Copy Introduction To Criminology/cabrillas, Et Al/2024 33 1 Copy Introduction To Cybercrime & Basic Digital Investigative Analysis 3rd Ed/lagumen/lagumen/2024 34 1 Copy Introduction To Cybercrime Investigation And Environmental Laws And Protection/detran,et Al/2024 35 1 Copy Introduction To Industrial Security Concepts /depayso/2024 36 1 Copy Introduction To Industrial Security Concepts 4th Ed/bobier/2024 37 1 Copy Juvenile Delinquency And Juvenile Justice System 2nd Ed./detran/literal/2024 38 1 Copy Law Enforcement Operationss And Planning With Crime Mapping/tancangco/2024 39 1 Copy Non- Institutional Corrections 3rd Ed/chavez Et Al./2024 40 1 Copy Practical Methods On Roads-bridge & Drainage Structures Construction/porte/2024 41 1 Copy Retail And Wholesale Enterprises/bairan/2024 42 1 Copy Special Crime Investigation With Interview And Interrogation Protocols/domingo/2024 43 1 Copy Special Education Book 1/reyes, Pascual/2024 44 1 Copy Strategic Operations Management 2nd Ed./serrano/2024 45 1 Copy Survey Of Afro-asian Literature/escalada-cordova,uytico/2024 46 1 Copy Principles Of Total Quality Management/pasahol, Etc/2024 47 1 Copy The Contemporary World/mananay,etc/2024 48 1 Copy The Teacher And The School Curriculum/gallardo/ Mañas/ 2024 49 1 Copy Theories Of Crime Causation/salamanca, Et Al/2024 50 1 Copy Teaching And Assessment Of Grammar/manas/2024 51 1 Copy Therapeutic Modalities 3rd Ed./balares Et Al./2024 52 1 Copy The Teaching Profession In The 21st Century/sarandi, Babao/2024 53 1 Copy The Teaching Profession/fernando,et Al/2024 54 1 Copy Traffic Management & Accident Investigation With Driving 2nd Ed./apela, Et Al./2024 55 1 Copy Understanding Marketing Research/mutya/2024 56 1 Copy Vice And Drug Education And Control 4th Ed/cejes/libres/ 2024 57 1 Copy Vice And Drug Education And Control /tad-awan,et Al./2024 58 1 Copy Advance Management Information System/abante,et Al./2023 59 1 Copy Computer Fundamentals/revano/2023 60 1 Copy Data Analytics & Business Intelligence/abante,et Al/2023 61 1 Copy Dispute Resolution And Incident Management/capdos/lud-ayen/2023 62 1 Copy Information Management/cortez/2023 63 1 Copy Franchising/stevens/2024 64 1 Copy Advanced Management Information Management System (mis)/abante,et.al/2023 65 1 Copy Introduction To Application Development And Emerging Technologies/pomperada/2023 66 1 Copy Principles Of Foundation Engineering Based On The National Structural Code Of The Phils. 2015/castro/2023 67 1 Copy Simplified Steel Design Asd & Lrfd Based On Nscp 2015 & Aisc's Steel Construction And Manual 14e/2023/castro 68 2 Copy Teaching Science In The Elementary Grades Vol. 2: Physics, Earth And Space Obe- & Ppst Based/bilbao, Etc/2024 69 2 Copy The Teacher And The School Curriculum Obe Approach/otiner-gallardo/2024 70 2 Copy Theoretical And Practical Textbook On Lesson Planning/ Sanchez/2024 71 2 Copy Ang Bisa Ng Pag Uulit Sa Katutubong Panitikan/yapan, Alvin B./2023 98 2 Copy Introduksiyon Sa Pananaliksik Sa Wika At Panitikan (luzon)/alvarado Et Al/2022 99 2 Copy Introduksiyon Sa Pananaliksik Sa Wika At Panitikan (vizmin)/arbasto Et Al/2022 100 2 Copy Sangguniang Aklat Ng Gramatika At Pagbuo Ng Mapa/alvarado Et Al/2023 101 2 Copy Sinesosyedad: Panunuri Ng Piling Pelikulang Panlipunan/de Leon/2023 102 2 Copy Commissary Food Service/donray/2024 103 2 Copy Readings In Philippine History/dela Vega/2024 104 2 Copy Rizal And The Development Of Filipino Nationalism /garcia, Etc/2023 105 2 Copy Transcendence: Understanding Contemporary Global Dynamics, Issues, And Challenges/calilung And Coronacion/2024 106 1 Copy Environmental And Natural Resources Laws With Commentaries, Annotations… ( Hb)/claridades/2024 107 2 Copy Introduction To Philippine Politics & Governance ( With Basic Constitutional Provisions)/baes & Beler/2024 108 2 Copy Introduction To Philippine Government And Politics With Basic Constitutional Principles 2e/riodique/2024 109 2 Copy Mathematics In Modern World/reynoso, C./2024 110 1 Copy Indigenous Creative Arts/camboles, M./2024 111 1 Copy Understading The Self/vazquez, I./2024 112 1 Copy Understanding The Self: New Normal Edition/palean,et.al/2024 113 2 Copy Biological Chemistry Obe-based/chua,et.al/2022 114 2 Copy Earth Science: Quaternary Earth, The Age Of Humans, 2e/reyes/2023 115 1 Copy Physical Science/santos/2023 116 2 Copy Gender And Society/bacolod, Et Al. /2024 117 2 Copy The Revised Penal Code Book I - Understanding Criminal Law 2nd Edition/tulalian/2024 118 2 Copy Fundamentals Of Criminal Law - Revised Penal Code Book 1/abastillas /manlusoc/2023 119 2 Copy The Revised Penal Code Book Ii, Specific Crimes And Their Elements 2nd Edition/tulalian/2024 120 2 Copy Criminal Procedure A Handbook For Criminology Students 3rd Edition/gabao/ Tulalian/2024 121 2 Copy Basic Criminal Procedure/tulalian/2022 122 2 Copy Introduction To Criminology/magtaan/ Cabrillas/2024 123 2 Copy Introduction To Criminology - A Guidebook For Criminology Instructors And Students/caballero/ Barican/2024 124 2 Copy Introduction To Criminology/rectin/2023 125 2 Copy Theories Of Crime Causation - An Instruction And Learning Guide/caballero/ Barican/2024 126 2 Copy Human Behavior And Victimology/depayso/2024 127 2 Copy Human Development - Understanding Criminal Behavior And Victimology/togana/2024 128 2 Copy Handbook In Human Behavior And Victimology/dausan Et Al/2023 129 2 Copy Professional Conduct & Ethical Standards/lud-ayen/2023 130 2 Copy Police Professional Conduct And Ethical Standards With Police Community Relations/dascil /santos/2022 131 2 Copy Handbook In Juvenile Delinquency And Violence Against Women And Their Children/barican /dausan/ Abordo/2024 132 2 Copy Dispute Resolutions And Crises / Incident Management/caño/2024 133 2 Copy Dispute Resolution And Incident Management/capdos/ Lud-ayen/2023 134 2 Copy The Research Recipe - A Guide To Writing Research Proposals In Criminal Justice (first Serving)/donato/2024 135 2 Copy Criminological Research - A Self Study Guide/depayso/2024 136 2 Copy Criminological Research 2 - A Textbook For Criminology Students/caño/2023 137 2 Copy Comparative Models Of Policing And Philippine National Police Policing (based On Prc Tos 2022)/depayso/2024 138 2 Copy Comparative Models In Policing/moyao/2023 139 2 Copy Introduction To Industrial Security Concepts/depayso/2024 140 2 Copy Law Enforcement Operations And Planning With Crime Mapping/tancangco/2024 141 2 Copy Law Enforcement Operations And Planning With Crime Mapping/taynan /lopez/2023 142 2 Copy Law Enforcement (police) Operations And Planning With Crime Mapping/florendo/2023 143 2 Copy Fingerprint - Uniqueness And Persistency Of Friction Ridge Skin Volume 1/rocamora/2023 144 2 Copy Forensic Science 2 - Personal Identification Laboratory Manual/badua/2023 145 2 Copy Forensic Photography/tad-awan/2023 146 2 Copy Deceptive Minds - Unmasking The Art Of Lie Detection/moyao/2024 147 2 Copy Introduction To The Forensic Sciences/taduran/2024 148 2 Copy Fundamentals Of Criminal Investigation And Intelligence/ Lopez/ Taynan Jr./2024 149 2 Copy Fundamentals Of Criminal Investigation And Intelligence/tad-awan/2024 150 2 Copy Essentials In Criminal Investigation/tamayo/2023 151 2 Copy Fundamentals Of Criminal Investigation With Intelligence 2nd Edition/florendo/2023 152 1 Copy Specialized Crime Investigation With Legal Medicine/dascil /santos/2023 153 1 Copy Special Crime Investigation With Interview And Interrogation Protocols/domingo/2024 154 1 Copy Vice And Drug Education And Control/tad-awan/ Lud-ayen/2024 155 2 Copy Introduction To Cybercrime And Environmental Laws/tad-awan/2024 156 2 Copy Introduction To Cybercrime And Environmental Laws/caño/2023 157 2 Copy Institutional Correction For Criminology Students/villaluz/2024 158 2 Copy Institutional Correction (new Curriculum And Cle Tos Compliant)/tumitit/ Estoque/2023 159 1 Copy Non-institutional Correction (community-based Correction In The Philippines) For Criminology Students/villaluz/2023 160 1 Copy Non-institutional Corrections/danglosi/2023 161 1 Copy Therapeutic Community Modality 1/foronda/2023 162 1 Copy Moral Philosophy And Ethics/bacuyag/2024 163 1 Copy Guiness World Records 2024 164 1 Copy Introduction To Ethics/umali,et Al/2023 165 1 Copy Leisure And Recreation Management For Tourism And Hospitality Industry/cornell/2023 166 1 Copy Living In The Information Technology Era/abante/2023 167 1 Copy Management Science ( Quantitative Methods For Business Operations Research)/sirug/2023 168 1 Copy Methods Of Research In Business Education 2nd Edition/flores/2023 169 1 Copy Professional Conduct And Ethical Standards 2nd Ed./nabe/2023 170 1 Copy Professional Salesmanship/camillar-serrano/2023 Ppc Library 171 1 Copy Criminal Justice System The Philippine Context/atty. Tutalian, V./ 2022 172 1 Copy Introduction To Criminology - A Guidebook For Criminology Instructors And Students/caballero/ Barican/ 2024 173 1 Copy Introduction To Criminology And Psychology Of Crimes/leyaley/2021 174 1 Copy Comprehensive Correctional Administration Handbook With Therapeutic Modalities/apela/2019 175 1 Copy Crime Theories, Causes & Prevention/domingo, C./2023 176 1 Copy Law Enforcement Administration 3rd Edition/manwong / 2021 177 1 Copy Law Enforcement Organization And Administration Inter-agency Approach / Taynan /lopez / 2021 178 1 Copy Comparative Models In Policing/moyao/2021 179 1 Copy Comparative Models Of Policing And Philippine National Police Policing (based On Prc Tos 2022)/2024/depayso 180 1 Copy Comparative Models In Policing 3rd Ed./ Castillo / 2023 181 1 Copy Institutional Correction For Criminology Students/ Villaluz/2024 182 1 Copy Introduction To Industrial Security Concepts/ Depayso / 2024 183 1 Copy Introduction To Industrial Security Concepts 3rd Ed. D. Bobier/2023 184 2 Copy Special Crime Investigation 1 With Legal Medicine Instructional Modules/ Rogo, A./2022 185 2 Copy Special Crime Investigation With Interview And Interrogation Protocols/ Domnigo/ 2024 186 2 Copy Special Crime Investigation With Legal Medicine 2nd Ed./2023/pltcol Sabino-diangson 187 2 Copy Character Formation 2 - Leadership, Decision Making, Management And Administration 2nd Ed/b. Literal .et.al/2023 188 2 Copy Character Formation 1 Nationalism And Patriotism 2nd Edition/caballero/ Barican/2023 189 2 Copy Forensic Photography For Criminology Students And Practitioners With Laboratory Manual 3rd Edition/2022/villarba 190 2 Copy Forensic Photography 5th Ed./m.e. Bulan/m.e. Magadia/2023 191 2 Copy Fingerprint Uniqueness Abd Persistency Of Friction Ridge Skin Vol. 1/rocamora/ 2023 192 2 Copy Fingerprint Identification (do Fingerprints Lie?)/ Leyaley/2021 193 2 Copy Human Rights Education 2nd Ed. /l.c. Rondina/m. Seguido/2023 194 2 Copy Human Rights Education A Textbook Fro Criminal Justice Education Students And Law Enforcers/tantangco And Orlain, Jr./2022 195 2 Copy Police Professional Conduct And Ethical Standards With Police Community Relations/dascil & Santos/2022 196 2 Copy Technical English 1 & 2 (legal Forms) For Criminology Students/balares/2023 197 2 Copy Technical English ( Investigative Report Writing) For Criminology Students/zaspa & Manlangit/2022 198 2 Copy Therapeutic Community Modality 1/2023/foronda 199 1 Copy Compendium Of Laws On Taxation Revised Ed, Year 2023/dascil, R./2023 200 1 Copy Basic Approach To Income Taxation/ Dimaapao/2021 201 2 Copy Income & Business Taxation/ Basiran/2024 202 1 Copy Income Taxation Laws Principles And Applications 2023-2024 Edition. Banggawan/2023 203 1 Copy Introduction To Special Civil Action/tulalian, V.t./2021 204 2 Copy Introduction To Public Administration 2e/bihasa, Cr./2022 205 2 Copy Pricing Strategy Obe Approach/agustin-acierto, M/2022 206 2 Copy Administrative And Office Management 1e/ Magno, R./2024 207 2 Copy Basic Financial Management In The Philippine Setting Obe Approach/martin, M/2022 208 2 Copy Business Laws And Regulations /dela Cruz-cada/2021 209 2 Copy The Law On Obligations And Contracts/de Leon, H./2021 210 2 Copy Essentials Of Administrative Office Management/sergote/2022 211 2 Copy Executive Leadership Advisory & Development: A Comprehensive Guide For Graduate Program Students/2024 212 1 Copy Ethics In Public Service ( Hb)/ Aquino/2023 213 1 Copy Public Fiscal Policy And Administration (hb)/gupta, S./2023 214 1 Copy Destination Management & Marketing/arenas/2022 215 1 Copy Macro Perspective Of Tourism And Hospitality/yeung/2023 216 1 Copy Marketing For Tourism And Hospitality Obe Approach/camilar-serrano, A./2020 217 1 Copy Micro Perspective Of Tourism And Hospitality/bajao Et.al/2022 218 1 Copy Kitchen Essentials & Basic Food Preparation/remaneses, Et.al/2023 219 1 Copy Kitchen Essenttials And Basic Food Preparation 2e/velasquez/2024 220 1 Copy Cost Control In Hospitality Industry/fababaer,et.al/2020 221 1 Copy Strategic Management In Tourism And Hospitality Industry W/ Total Quality Mgt./vizconde Et. Al/2021 222 1 Copy Supply Chain Management In Hospitality Industry 2e/de Castro, K/2024 223 1 Copy Ergonomics And Facilities Planning For The Hospitality Industry 2e/ Mendoza/2024 224 1 Copy International Business & Trade /lopez-mariano, N/2023 225 1 Copy International Business & Trade Obe Approach/martin, M./2021 226 1 Copy Synergizing E-commerce, Social Media, And Dropshipping: Navigating The Path To Success & Customer Satisfaction Obe Approach/garcia,et.al/2023 227 1 Copy Total Quality Management Obe Approach 2e/camilar-serrano, A./2023 228 1 Copy Banking And Financial Institutions/ Bairan/2024 229 1 Copy Personal Finance 2022 Edition/cabrera/2022 230 1 Copy Financial Management 1e/yu/2024 231 1 Copy Foundations Of Special And Inclusive Education/aligada-halal,et.al/2020 232 1 Copy Transformissional Values Education/2020 233 1 Copy Rural Development (administration And Planning)/ 9789350147801/ Gautam/2024 234 1 Copy Encyclopedia Of Science And Technology/chandra/ 2023/ 9781774693872 235 1 Copy Public Administration: Partnerships In Public Service/edwards/2024/9781639878246 236 1 Copy Microeconomics/mcconnell/23rd/9781266107887 237 1 Copy Education, Social Reform And Philosophical Development: Evidence From The Past, Principles For The Future/pring/2022 238 1 Copy Government Budgeting/kumar/2022/9789394137134 239 1 Copy Entrepreneurship And Innovation/kaur/9789392407918 240 1 Copy Attitude Of Moral Values/balakrishnan/2022 241 1 Copy Fieldwork Training In Social Work/parkash/2022 Busuanga Library 242 2 Copy Risk Management W/ Haccp As Applied To Safety, Security And Sanitation 2nd Edition/mylene Yeung/2025 243 2 Copy Macro Perspective Of Tourism And Hospitality 2nd Edition/mylene Yeung/2025 244 2 Copy Micro Perspective Of Tourism And Hospitality 2nd Edition/mylene Yeung/2025 245 2 Copy Philippine Culture And Tourism Geography 3rd Edition/mylene Yeung/2025 246 2 Copy Quality Service Management In Tourism And Hospitality 3rd Edition/chester Arenas/2024 247 2 Copy Tourism And Hospitality Marketing 2nd Edition/chester Arenas/2025 248 2 Copy Professional Development And Applied Ethics /chester Arenas/2022 249 2 Copy Legal Aspect In Tourism And Hospitality 2nd Edition/melinda Bascos/2024 250 2 Copy Entrepreneurship In Tourism And Hospitality /chester Arenas/2022 251 2 Copy Multicultural Diversity In Workplace 2nd Edition/mylene Yeung/2025 252 2 Copy Introduction To Meetings, Incentives Conferences And Events Management/chester Arenas/2025 253 2 Copy Applied Business Tools And Technologies 3rd Ed/james Saycip/2025 254 2 Copy Supply Chain Management In Hospitality Industry 2nd Ed/ Kyla De Castro/2024 255 2 Copy Medical And Wellness Tourism/porbile/2024 256 2 Copy Fundamentals Of Culinary Arts/santillan/2024 257 2 Copy Bread And Pastry/portman/2025 258 2 Copy Cookery Ncii/villasis/2025 259 2 Copy Human Resource Management In Hospitality And Tourism Industry/escobar/2024 260 2 Copy Trends And Issues In The Hospitality Industry/2026 261 2 Copy Ergonomics And Facilities Planning For The Hospitality Industry 2nd Ed/lolita Mendoza/2024 262 2 Copy Global Culture And Tourism Geography 3rd Edition/marie Angeles/2025 263 2 Copy Tour And Travel Management 3rd Edition/sarah-po/2025 264 2 Copy Transportation Management 2nd Edition/james Saycip/2025 265 2 Copy Fundamentals In Food Service Operations/bryan D. Baliste/2023 266 2 Copy Fundamentals In Lodging Operations 3rd Edition/arenas/baliste/2025 267 2 Copy Sustainable Tourism 3rd Edition/marie Angeles/2025 268 2 Copy Tourism Policy Planning And Development/ Dino Et. Al/2022 269 2 Copy Research In Tourism And Hospitality 2nd Edition/lolita Mendoza/2025 270 2 Copy Foreign Language (french And Japanese)/karol Aquino/2025 271 2 Copy Strategic Management W/ Tqm In Tourism And Hospitality Industry/vizconde Et. Al/2023 272 2 Copy Operations Management For Tourism And Hospitality Industry 2nd Ed/vizconde Et. Al/2025 273 2 Copy Heritage Tourism/vizconde Et. Al/2023 274 2 Copy Tour Guiding/vizconde Et. Al/2022 275 2 Copy Cruise Tourism/vizconde Et. Al/2021 276 2 Copy Food And Beverage Labor Cost Control 2nd Edition/lyndsey Velasquez/2024 277 2 Copy Bread And Pastry/karol Aquino/2022 278 2 Copy Meat And Poultry Fabrication 2nd Ed/lolita Mendoza/2024 279 2 Copy Food Processing 2nd Edition/jamille Jaravata/2024 280 2 Copy Tourism Information Management/lyndsey Velasquez/2021 281 2 Copy Culinary Nutrition/ Lolita Mendoza/2023 282 2 Copy Asian Cuisine/jam Melchor/2022 283 2 Copy Philippine Regional Cuisine/jam Melchor/2024 284 2 Copy Gastronomic Tourism/vizconde Et. Al/2021 285 2 Copy Food And Beverage Services/vizconde Et. Al/2025 286 2 Copy Housekeeping Operations 2nd Edition/vizconde Et. Al/2024 287 2 Copy Bar And Beverage Management/vizconde Et. Al/2024 288 2 Copy Room Division Cost Control/arenas/2022 289 2 Copy Menu Design And Revenue Management 2nd Edition/chester Arenas/2024 290 2 Copy Destination Management And Marketing 2nd Edition/chester Arenas/2025 291 2 Copy Quantity Food Production: A Guide For Commercial Cooking Nc Iii/entrata Et. Al/2022 292 2 Copy Banquet And Catering Management/vizconde Et. Al/2025 293 2 Copy Front Desk Operations/vizconde Et. Al/2022 294 2 Copy Tourism Product Development/vizconde/2025 295 2 Copy Recreation And Leisure Management/etrata Et. Al/2022 296 2 Copy International Cuisine/victoriano Et.al/2022 297 2 Copy Food Styling And Design/etrata Et. Al/2025 298 2 Copy Cookery/etrata Et. Al/2022 299 2 Copy Travel Writing And Photography/vizconde Et. Al/2024 300 2 Copy Crowd And Crisis Management/vizconde Et. Al/2022 301 2 Copy Environmental Conservation In Tourism/vizconde Et. Al/2022 302 2 Copy Trends And Issues In Hospitality Industry/etrata Et. Al /2022 303 2 Copy Quick Food Service Operations/etrata/2022 304 2 Copy Culinary Mathematics/santiago/2023 305 2 Copy Data Analytics In Hospitality/jaravata/2024 306 2 Copy Fundamentals Of Food Science And Technology/valle/2024 307 2 Copy Butchery And Fish Mongerie/valle/2024 308 2 Copy Garde Manger/bonfor/2024 309 2 Copy Classical French Cuisine/caridad/2024 310 2 Copy Specialty Cuisine/rabor/2024 311 2 Copy Halal Cookery/marinez/2024 312 2 Copy Gastronomy (food And Culture)/alba/2024 313 2 Copy Oenology (making Of Wine And Spirits)/antomio/2024 314 2 Copy Revenue Management/isla/2024 315 2 Copy Franchising /stevens/2024 316 2 Copy Commissary Food Service/donray/2024 317 2 Copy Accommodation Operations And Management/medalye/2024 318 2 Copy Hospitality And Tourism Facilities Management And Design/gutang/2024 319 2 Copy Agritourism/medalye/2024 320 2 Copy Tourism Property Management And Development/victoria/2024 321 2 Copy Tourism Estate And Integrated Resort Industry/manzano/2024 322 1 Copy Events Management, 2nd Ed./dela Cruz/2024 323 1 Copy Essentials Of Risk Management/banaag/2024 324 1 Copy Facilities Planning & Management, 2nd Ed./serrano/2024 325 1 Copy Front Office System And Procedures, Rev. Ed./lago,lim/2024 326 1 Copy Introduction To Research/sergote/2024 327 1 Copy Learning Research The Easy Way Rev.ed/uriarte/2024 328 1 Copy Mastering Modern Supply Chain For Tourism And Hospitality Industry/maranan,et Al./2024 329 1 Copy Principles Of Total Quality Management/pasahol Et Al./2024 330 1 Copy Productivity And Quality Management 2nd Ed./serrano/2024 331 1 Copy Spanish For Beginners, 2nd Ed./perez,ramonito/2024 332 1 Copy Strategic Management/austria, Etc/2024 333 1 Copy Strategic Management In Tourism And Hospitality Industry/buenaventura,gutierrez/2024 334 1 Copy Strategic Operations Management 2nd Ed./serrano/2024 335 1 Copy Sustanable Tourism: A Comprehensive Guide To Promoting Responsible Travel/maranan, Etc/2024 336 1 Copy The Evolving Landscape Of Strategic Management And Leadership/perida, Arcadio/2024 337 1 Copy Bar And Beverage Management-a Book Of Drinks 2nd Ed./bajao/osorno/2023 338 1 Copy Boarding House/jaileen F. Jimeno/2023 339 1 Copy Ergonomics And Facilities Planning For The Hospitality Industry /buenaventura/2023 340 1 Copy Fundamentals In Lodging Operations/sarah Monson-po/2023 341 1 Copy Fundamentals Of Lodging Operations With Housekeeping Laboratory Manual/bajao/osorno/2023 342 1 Copy Kitchen Essentials And Basic Food Preparation/remaneses, Et Al./2023 343 1 Copy Operations Management In Tourism And Hospitality/buenaventura, Et Al./2023 344 1 Copy Practicum Manual For Tourism And Hospitality Management/taoing,cabugon/2023 345 1 Copy Professional Development And Applied Ethics/cabulay/2023 346 1 Copy Quality Service Management In Tourism And Hospitality/buslon/osorno/2023 347 1 Copy Professional Conduct & Ethical Standards/lud-ayen/moyao/2023 348 1 Copy Quantity Cookery And Catering Management ( A Guide To Students,leading To Commercial Cooking Nc Iii)/prades/2023 349 1 Copy Risk Management As Applied To Safety Security And Sanitation 2nd Ed/somoray/2023 350 1 Copy Sustainable Tourism/bajao/osorno/2023 351 1 Copy Sustainable Tourism/santos/2023 352 1 Copy Applied Business Tools And Technologies In Hotel And Restaurant Management (hrm)/gonzalo, Etc/2023 353 1 Copy Foreign Language I (basic French For Hospitality Management And Tourism I)/ Tomas/2022 354 1 Copy Foreign Language Ii (basic French For Hospitality Management And Tourism I)/tomas/2022 355 1 Copy Tourism Policy Planning And Development/cruz/2022 356 1 Copy Fundamentals In Food Service Operations/yao/2022 357 1 Copy Supply Chain Management In Hospitality Industry/baluyot/2022 358 1 Copy Assessment Of Learning 1/manas/2024 359 1 Copy Charater Formation 1-patrotism And Nationalism/adra/2024 360 1 Copy Character Formation 2-leadership Making , Management And Administration /adra/2024 361 1 Copy Character Formation 1- Patriotism And Nationalism 3rd Ed./rondina/2024 362 1 Copy Character Formation 2-leadership Making , Management And Administration 3rd Ed./literal/2024 363 1 Copy Entrepreneurial Behavior Growth Mindset And Fixed Mindset/pasahol/2024 364 1 Copy Entrepreneurial Management/ybanez/2024 365 1 Copy Facilitating Student-centered Teaching & Learning/larioque,et Al./2024 366 1 Copy First Aid, Rescue And Water Safety: A Self-regulated Learning Module /dogui-is/2024 367 1 Copy Gender And Society/bacolod, Et, Al./2024 368 1 Copy Inclusive Education In Early Childhood Settings/boholona, Et Al./2024 369 1 Copy Introduction To Criminology /caballero/barican/2024 370 1 Copy Introduction To Criminology/cabrillas, Et Al/2024 371 1 Copy Introduction To Research/sergote/2024 372 1 Copy Learning Research The Easy Way Rev.ed/uriarte/2024 373 1 Copy Moral Philosophy And Ethics/bacuyag/2024 374 1 Copy (path-fit 2) Physical Activity Towards Health And Fitness Rhytmic Dance And Social Activities/punzalan,habana/2024 375 1 Copy Promoting Community Change Through Civic Welfare Training Service 2/corpuz/2021 376 1 Copy Special Education Book 1/reyes,pascual/2024 377 1 Copy The Contemporary World/mananay/2024 378 1 Copy The Teacher And The School Curriculum/gallardo/mañas/2024 379 1 Copy Theories Of Crime Causation/salamanca, Et Al/2024 380 1 Copy Therapeutic Modalities 3rd Ed./balares Et Al./2024 381 1 Copy The Teaching Profession In The 21st Century/sarandi, Babao/2024 382 1 Copy The Teaching Profession/fernando,et Al/2024 383 1 Copy Understanding Society And Culture/riodique Iii/2024 384 1 Copy Upscaling Oral Communicationskills In The 21st Century Global Space/gutierrez, Et Al/2024 385 1 Copy Microeconomics Theories And Applications/marcelo/2023 386 1 Copy "technology For Teaching And Learning 1/ronato S. Ballado Marlo D. Alvarez, Alejandro L. Giray Jr./ 2023" 387 1 Copy Code Of Ethics Of Professional Teachers/estrada/2023 388 1 Copy A Course Module For Science In Early Childhood Education/joel Bernal Faustino , Eden Joy Pastor Alata, Antonnette Pawilen/2024 389 1 Copy A Course Module For Science In Early Childhood Education 1e/faustino/2024 390 2 Copy Fundamentals Of Criminal Investigation And Intelligence/tad-awan/2024 391 1 Copy Handbook In Juvenile Deliquency And Violence Againts Women And Their Children/barican/2024 392 1 Copy Human Behavior And Victimology /depayso/2024 393 2 Copy Human Development-understanding Criminal Behavior And Victimology/togana/2024 394 1 Copy Intelligent Leadership Resilience/perida/2024 395 1 Copy Introduction To Cybercrime & Basic Digital Investigative Analysis 3rd Ed/detrane/2024 396 1 Copy Introduction To Industrial Security Concepts /depayso//2024 397 1 Copy Introduction To Industrial Security Concepts 4th Ed/bobier/2024 398 1 Copy Introduction To Philippine Government & Politics With Basic Constitutional Provisions/baes/2024 399 1 Copy Juvenile Delinquency And Juvenile Justice System 2nd Ed./detran/2024 400 1 Copy Law Enforcement Operationss And Planning With Crime Mapping/tancangco/2024 401 1 Copy Learn And Enjoy Intermediate Statisitcs The Easy Way-advanced Volume 2 Rev. Ed/uriarte/2024 402 1 Copy Learn And Enjoy Statisitcs The Easy Way-basic Volume 1 Rev. Ed/uriarte/2024 403 1 Copy Microeconomics Numerical And Computational Approach/paurom/2024 404 1 Copy Non- Institutional Corrections 3rd Ed/chavez/2024 El Nido Library 405 1 Copy Introduction To Criminology/caballero/barican/2024 406 1 Copy Introduction To Criminology / Cabrillas, Et. Al/2024 407 1 Copy Facilities Planning & Management, 2nd Ed./serrano/2024 408 1 Copy Events Management, 2nd Ed./dela Cruz/2024 409 1 Copy Concepts And Approaches In Inventory Management And Control/banaag, Et.al/2024 410 1 Copy Entrepreneurial Behavior Growth Mindset And Fixed Mindset/pasahol, Et.al/2024 411 1 Copy Essentials Of Risk Management/banaag/2024 412 1 Copy Front Office System And Procedures, Rev. Ed./lago, Lim/2024 413 1 Copy Handbook In Juvenile Deliquency And Violence Againts Women And Their Children/boholona, Et. Al/2024 414 1 Copy Moral Philosophy And Ethics/bacuyag/2024 415 1 Copy Multicultural Diversity In The Tourism Hospitality Workplace: A Comprehensive Guide For Professionals/maranan, Et.al/2024 416 1 Copy (path-fit 2) Physical Activity Towards Health And Fitness Rhytmic Dance And Social Activities/punzalan, Habana/2024 417 1 Copy Promoting Community Change Through Civic Welfare Training Service 2/briones, Et.al/2024 418 1 Copy Strategic Management In Tourism And Hospitality Industry/buenaventura,gutierrez/2024 419 1 Copy Sustanable Tourism: A Comprehensive Guide To Promoting Responsible Travel/maranan, Et.al/2024 420 1 Copy The Teaching Profession In The 21st Century/sarandi, Babao/2024 421 1 Copy Teaching And Assessment Of Grammar/manas/2024 422 1 Copy Understanding Society And Culture/riodique Iii/2024 423 1 Copy Vice And Drug Education And Control /tad-awan,et Al./2024 424 1 Copy Juvenile Delinquency And Juvenile Justice System 2nd Ed./detran/2024 425 1 Copy Introduction To Philippine Government & Politics With Basic Constitutional Provisions/baes/2024 426 1 Copy Human Development-understanding Criminal Behavior And Victimology/togana/2024 Canique Library 427 1 Copy Entrepreneurial Behavior Growth Mindset And Fixed Mindset/pasahol, Et.al/2024 428 1 Copy An Eye For Art Appreciation: Perception And Expression,2nd Ed./sonsona, Et.al/2024 429 1 Copy Gender And Society/bacolod, Et.al/2024 430 1 Copy Introduction To Philippine Government & Politics With Basic Constitutional Provisions/baes/2024 431 1 Copy The Life And Works Of Rizal/sanchez, Et.al/2024 432 1 Copy The Contemporary World//mananay, Et.al/2024 433 1 Copy Understanding Society And Culture/riodique Iii/2024 434 1 Copy Upscaling Oral Communicationskills In The 21st Century Global Space/gutierrez, Et Al/2024 435 1 Copy Organic Farming/loreto/2021 436 1 Copy Organic Fungicides/loreto/2021 437 1 Copy Organic Gardening/loreto/2021 438 1 Copy Mathematics In Modern World/reynoso, C./2024 439 1 Copy Nstp 1 Guide In Civic Welfare Training Service/lonez/2023 440 1 Copy Physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program/punzalan,et Al/2023 441 1 Copy Physical Activities Towards Health And Fitness( Pathfit 2) Combative Sports & Outdoor Recreational Activities/bulatao, Et Al/2023 442 1 Copy Biological Chemistry Obe-based/chua,et.al/2023 Culion Library 443 1 Copy Understanding Society And Culture/riodique Iii/2024 444 2 Copy Upscaling Oral Communicationskills In The 21st Century Global Space/gutierrez, Et Al/2024 445 1 Copy Organic Farming/loreto/2021 446 1 Copy Organic Fungicides/loreto/2021 447 1 Copy Organic Gardening/loreto/2021 448 1 Copy Mathematics In Modern World/reynoso, C./2024 449 1 Copy Nstp 1 Guide In Civic Welfare Training Service/lonez/2023 450 1 Copy Physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program/punzalan,et Al/2023 451 1 Copy Physical Activities Towards Health And Fitness( Pathfit 2) Combative Sports & Outdoor Recreational Activities/bulatao, Et Al/2023 452 1 Copy Biological Chemistry Obe-based/chua,et.al/2023 453 1 Copy Entrepreneurial Behavior Growth Mindset And Fixed Mindset/pasahol, Et.al/2024 454 1 Copy An Eye For Art Appreciation: Perception And Expression,2nd Ed./sonsona, Et.al/2024 455 1 Copy Gender And Society/bacolod, Et.al/2024 456 1 Copy Introduction To Philippine Government & Politics With Basic Constitutional Provisions/baes/2024 457 1 Copy The Life And Works Of Rizal/sanchez, Et.al/2024 458 1 Copy The Contemporary World//mananay, Et.al/2024 Rio Tuba Library 459 1 Copy Mathematics In Modern World/reynoso, C./2024 460 1 Copy Art Appreciation 2e/sanchez,et.al/2023 461 1 Copy Art Appreciation For College Students/leano/2018 462 1 Copy Ethics/mondares,r/2024 463 1 Copy Understading The Self/vazquez, I./2024 464 1 Copy Environmental Science For All/cobar, L./2022 465 1 Copy Environmental Science/calimlim/2021 466 1 Copy Nstp 1 Guide In Civic Welfare Training Service/lonez/2023 467 1 Copy Physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program/punzalan,et Al/2023 468 1 Copy Physical Activities Towards Health And Fitness( Pathfit 2) Combative Sports & Outdoor Recreational Activities/bulatao, Et Al/2023 469 2 Copy Physical Activities Towards Health And Fitness Pathfit 2( Exercise-based Fitness Activities/ballecer,et Al/2023 470 2 Copy Physical Activity Towards Health And Fitness 3 (path-fit 3 )menu Of Dance/punzalan, Et Al./2023 471 2 Copy Physical Activity Towards Health And Fitness ( Path-fit 4 Sports)individual/dual And Team Sports/bulatao, Et Al/2023
Closing Date7 Feb 2025
Tender AmountPHP 430 K (USD 7.3 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Sources Sought sources Sought Notice this Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research. This Is A Sources Sought Request Only. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. the Department Of Veterans Affairs Visn 10 Network Contracting Office 10, Serving Indiana, Michigan, And Ohio Va Medical Centers, Is Conducting A Market Survey To Help Determine The Availability And Technical Capability Of Qualified Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, Small Businesses, And/or Hubzone Small Businesses Capable Of Serving The Needs Identified Below. This Sources Sought Notice Is For Open Market As Well As Federal Supply Schedule Services. the Purpose Of This Notice Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification/socioeconomic Status (service-disabled Veteran Owned Small Business, Veteran Owned Small Business, Women Owned Small Business, Hub Zone, 8(a), Small Business, Or Large Business), Relative To Naics 621320. Responses To This Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It Will Be Announced On The System For Award Management (sam) Federal Business Opportunities Website Https://sam.gov/content/home At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Announcement. your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. please Note That This Is Not A Request For Proposal; No Solicitation Exists At This Time. project Requirments: background the Visn 10 Va Medical Facilities Have A Need To Purchase Nonpersonal Services To Provide Optical Dispensing For The Va Medical Centers (vamc), Community Based Outpatient Clinics (cbocs), And Other Clinics Located Through The State Of Ohio And Its Surrounding States. the Visn 10 Va Medical Facilities Are Seeking To Procure Optical Dispensing Services That Can Meet Or Exceed Our Required Specifications. As A Result Of This Sources Sought And Market Research, A Solicitation Will Be Publicly Posted To Sam.gov As Well As Sent To Interested Vendors Regarding This Requirement. The Goal Of This Sources Sought Is To Establish If There May Be Any Small Business Vendors That Can Satisfy This Requirement. Please Advise If You Can Provide The Service. Please Submit All Information To Contract Specialist Thomas Bellamy Via E-mail At Thomas.bellamy@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On Tuesday, January 28, 2025. anticipated Period Of Performance: March 26, 2025, Through March 25, 2026, With One (1) Option Year. the Intended Delivery Period Is To Be Determined. confidentiality Of Information in Accordance With Far 52.227-14(b), The Contractor Shall Guarantee Strict Confidentiality Of The Information/data That It Is Provided By The Government During The Performance Of The Contract. The Government Has Determined That The Information/data That The Contractor Will Be Provided During The Performance Of The Contract Is Of A Sensitive Nature And Cannot Be Disclosed In Any Manner. the Contractor, In Whole Or In Part, Can Only Make Disclosure Of The Information/data, After The Contractor Receives Prior Written Approval From The Contracting Officer. Whenever The Contractor Is Uncertain With Regard To The Proper Handling Of Information/data Under The Contract, The Contractor Shall Obtain A Written Determination From The Contracting Officer. interested Firms Responding To This Sources Sought Notice Must Adhere To The Following: (a) Provide A Capability Statement Demonstrating Relevant Experience, Skills, And Ability To Fulfill The Government's Requirements For The Above. The Capability Statement Should Contain Sufficient Detail For The Government To Make An Informed Decision Regarding Your Capabilities; However, The Statement Should Not Exceed 10 Pages. (b) The Capability Statement Must Identify The Responder's Business Type And Size. (c) The Capability Statement Must Provide Company Name And Address, Point Of Contact, Phone/fax/email And Naics Code(s). (d) All Capability Statements Must Be Submitted To Contract Specialist Thomas Bellamy Via E-mail At Thomas.bellamy@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On Tuesday, January 28, 2025. this Notice Is Not A Request For Proposals. This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization S Qualifications To Perform The Work. 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. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Sam. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s). a Determination By The Government To Proceed With The Acquisition As A Set-aside Is Within The Discretion Of The Government. If Capability Statements Are Not Received From At Least Two Responsible Businesses By The Response Date Or If The Government Determines That No Small Business Concerns Are Capable Of Performing This Requirement Based Upon An Evaluation Of The Capability Statements Submitted, The Government May Proceed With A Full And Open Competition. ohio Optical Dispensing Services part 1 general Information general: this Is A Nonpersonal Services Contract To Provide Optical Dispensing Services For The Va Medical Centers (vamcs), Community Based Outpatient Clinics (cbocs), And Other Clinics Located Through The State Of Ohio And Its Surrounding States. The Government Shall Not Exercise Any Supervision Or Control Over The Personnel Performing The Services Described Herein. Such Personnel Shall Be Accountable Solely To The Contractor Who, In Turn, Is Responsible To The Government. description Of Services/introduction: the Contractor Shall Provide All Personnel, Equipment, Supplies, Off-site Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Nonpersonal Services Necessary To Fitting, Ordering, Adjusting, Conducting Minor Repairs, And Education For Dispensing Eyeglasses To Veterans In The Ohio Va Service Area, As Defined In This Performance Work Statement (pws), Except For Those Items Specified As Government-furnished Property And Services. The Government Will Provide Spaces For Performance, And Others Will Be Furnished By The Contractor (within 10 Miles And No Greater Than A 20-minute Drive From The Servicing Va Facility Address). background: the Veterans Integrated Service Network (visn) 10 Prosthetics Program Fabricates Eyeglasses For The Visn 10 Vamcs And Their Supporting Cbocs And Clinics. While The Eyeglasses Are Manufactured At The Visn 10/12 Optical Lab, Visn 10 Requires On-site Dispensing Services Or, Where There Is A Lack Of Clinic Space, Requires Off-site Dispensing Services. These Dispensaries Will Serve Various Functions. The Contractor Shall Provide All Labor, Equipment, Materials, Supplies, And Supervision Necessary For Eyeglass Dispensary Services, To Include Functions Such As Fitting, Ordering, Adjusting, Dispensing, Repairing (minor), And Education Of Veterans. 1.3 Scope Summary: the Government Intends To Enter Into One (or More) Indefinite Delivery Indefinite Quantity Contract(s) That Clearly Outline The Contractor S Obligations Regarding Ordering And Dispensing Eyewear To Veterans Within The Framework Of Established Va Guidelines And Practices. visn 10 Anticipates Awarding One (1) (or More) Firm-fixed Price Contract(s). The Awarded Contract(s) Will Contain One (1) Base Period And Two (2) Option Periods (see Price Schedule For Performance Periods). the Sites Covered By This Requirement Shall Include Vamcs, Cbocs, And Clinics, As Detailed In Section 1.5.5 Below. 1.4 Period Of Performance: to Be Determined. 1.5 General Information: 1.5.1 Quality Control: the Contractor Shall Develop And Maintain An Effective Performance Monitoring Plan To Ensure Services Are Performed In Accordance With This Pws. The Contractor Shall Develop And Implement Procedures To Identify, Prevent, And Ensure Non-recurrence Of Defective Services. 1.5.2 Quality Assurance: the Government Shall Evaluate The Contractor S Performance Under This Contract In Accordance With The Quality Assurance Surveillance Plan (qasp). This Plan Is Primarily Focused On What The Government Must Do To Ensure That The Contractor Has Performed In Accordance With The Performance Standards. It Defines How The Performance Standards Will Be Applied, The Frequency Of Surveillance, And The Minimum Acceptable Defect Rates. 1.5.3 Recognized Holidays: new Year S Day Labor Day martin Luther King Jr. S Birthday Columbus Day president S Day Veteran S Day memorial Day Thanksgiving Day juneteenth Independence Day Christmas Day independence Day **and Any Other Day Declared By The President Of The United States As A Federal Holiday** 1.5.4 Hours Of Operation: the Schedule Of Days And Hours Of Operation Shall Be Mutually Agreed Upon Between Contractor And Government. Section 4.0.3 Of This Pws Establishes The Minimum Number Of Days Of Operation Per Week At Each Location; The Contractor Shall Provide These Services On Weekdays. On The Days The Contractor Provides Optician Services, Said Services Shall Be Available During The Same Hours The Site (i.e., Vamc, Cboc, Or Clinic) Is In Operation Or Open For Appointments. For Those Sites Where Optician Services Are Provided Five Days Per Week, Monday Through Friday, If The Contracting Officer S Representative (cor) Determines The Volume Of Optical Orders Warrants Additional Coverage, The Contractor Shall Be Responsible For Providing Optician Services On Saturdays As Well. For Locations That Are Open Fewer Than Five Days Per Week, The Contractor Shall Establish Consistent Days And Hours Of Operation. Additionally, During The Weekdays In Which An Optician Is Not On-site, The Contractor Shall Make An Alternative Ordering Location Available To Veterans. The Contractor Is Not Responsible For Conducting Business On The Recognized Holidays Listed In Section 1.5.3, Or When The Government Facility Is Closed Due To Local Or National Emergencies, Administrative Closures, Or Similar Government-directed Facility Closures Or Moves. The Contractor Must At All Times Maintain An Adequate Workforce For The Uninterrupted Performance Of All Tasks Defined Within This Pws When The Government Facility Is Not Closed For The Reasons Discussed In This Section. An Adequate Workforce Includes Operating Hours As Well As Staffing Levels To Support Workload Demand. When Hiring Personnel, The Contractor Shall Keep In Mind That The Stability And Continuity Of The Workforce Are Essential To Successful Performance. 1.5.5 Place Of Performance: the Work To Be Performed Under This Contract Will Be Performed At/nearby*: chillicothe Vamc 17273 State Route 104, Chillicothe, Oh 45601 athens Cboc 510 West Union Street, Athens, Oh 45701 cambridge Cboc 2146 Southgate Pkwy., Cambridge, Oh 43725 lancaster Cboc 1550 Sheridan Drive, Suite 100, Lancaster, Oh 43130 portsmouth Cboc 840 Gallia Street, Portsmouth, Oh 45662 marietta Cboc 418 Colgate Drive, Marietta, Oh 45750 wilmington Outreach Clinic 448 West Main Street, Wilmington, Oh 45177 â  â  cincinnati Vamc 2929 Highland Avenue, Cincinnati, Oh 45220 bellevue Cboc 103 Landmark Drive, Suite 300, Bellevue, Ky 41073 florence Cboc 7310 Turfway Road, Suite 540, Florence, Ky 41042 hamilton Cboc 1755-c South Eire Highway, Hamilton, Oh 45011 lawrenceburg Cboc 1600 Flossie Drive, Greendale, In 47025 clermont County Cboc 4600 Beechwood Road, Cincinnati, Oh 45244 georgetown Cboc 474 Home Street, Georgetown, Oh 45121 â  â  louis Stokes Cleveland Vamc 10701 E. Boulevard, Cleveland, Oh 44106 akron Cboc 55 W. Waterloo, Akron, Oh 44319 canton Cboc 733 Market Avenue South, Canton, Oh 44702 new Philadelphia Cboc 1260 Monroe Avenue - Suite 1a, New Philadelphia, Oh 44663 lake County Va Cboc 35000 Kaiser Court, Willoughby, Oh 44094 east Liverpool/calcutta Cboc 15655 State Route 170 - Suite A, Calcutta, Oh 43920 lorain Cboc 5275 North Abbe Road, Elyria, Oh 44035 sandusky Cboc 1912 Hayes Avenue, Sandusky, Oh 44870 mansfield Cboc 1025 South Trimble Road, Mansfield, Oh 44906 youngstown Cboc 1815 Belmont Avenue, Youngstown, Oh 44505 parma Cboc 8787 Brookpark Road, Parma, Oh 44141 ravenna Cboc 6751 N. Chestnut St, Ravenna, Oh 44266 warren Cboc 1460 Tod Ave Nw, Warren, Oh 44485 chalmers P. Wylie Ambulatory Care Center (acc) 420 N. James Road, Columbus, Oh 43219 newark Cboc 1855 W. Main Street, Newark, Oh 43055 grove City Cboc 5775 N. Meadows Drive, Grove City, Oh 43123 zanesville Cboc 2800 Maple Avenue, Zanesville, Oh 43701 marion Cboc 1203 Delaware Avenue, Marion, Oh 43224 â  dayton Vamc 4100 W. Third Street, Dayton, Oh 45428 lima Cboc 1303 Bellefontaine Avenue, Lima, Oh 45804 richmond Cboc 1010 N. J Street, Richmond, In 47374 springfield Cboc 512 South Burnett Road, Springfield, Oh 45505 middletown Cboc 4337 North Union Road, Middletown, Oh 45005 *these Locations May Change Throughout The Life Of The Contract As The Needs Of The Va Change. This Contract Covers Any Site Moves Or Government-furnished Space Changes Deemed Fair And Reasonable By The Administrative Contracting Officer (co). 1.5.6 Type Of Contract: the Government Intends To Award One (or More) Indefinite Delivery Indefinite Quantity Contract(s). 1.5.7 Security Requirement And Background Checks: the Contractor Shall Be Given Beneficiary Information That May Include The Veteran S Name, Residential Address, Telephone Number, And Social Security Number. Beneficiary Information Is Confidential And Is Protected Under The Privacy Act Of 1974 And The Healthcare Insurance Portability And Accountability Act Of 1996 (hipaa). Any Individual Making Unauthorized Disclosures May Be Criminally Liable For Violations Under The Acts. The Contractor Shall Not Use Or Further Disclose Beneficiary Information In A Manner That Would Violate The Federal Privacy And Confidentiality Statutes. The Contractor Shall Receive Privacy Training Before Performance Begins On This Contract And Annually Thereafter Through The Va S Training Management System (tms). Completion Certificates Shall Be Faxed To The Cor. Any Electronic Communication That Includes Hipaa Information Shall Be Done Through Pki Encrypted E-mail. once Tms Training Is Completed And Training Certificates For The Required Information Security And Privacy Training Courses Are Provided To The Cor, And The Visn 10 Unified Access Request Form Has Been Submitted By The Cor, The Contractor May Be Granted Access To The Veterans Health Information System Technology Architecture (vista) And/or Previous Prescription Data Needed For Prescriptions, Troubleshooting Fitting, Etc. The Appropriate Access Is Determined By The Cor. the Contractor Shall Maintain Positive Control Over Any Government-issued Items, Including But Not Limited To The Following: keys government Computers sample Eyeglass Frames fax Machines (where Applicable) all Items And Government Areas Shall Be Secured When Not In Use. 1.5.8 Special Qualifications: vendor Will Be Qualified To Educate And Assist The Veterans In The Proper Choice, Use, And Care Of Their Eyewear. In Addition To Frame Selection, The Vendor Will Be Responsible For All Measurements And Fitting Of Eyewear. Appropriate State Licensure/certifications Will Be Required If Deemed Necessary By The State Where The Vamc, Cboc, Or Clinic Is Located. Vendor Shall Provide Appropriate Professional Business License(s) Within The State Or States Required Per Each Facility Serviced. Vendor Shall Also Comply With Any Other Federal, State, And Local Law Applicable To The Industry. 1.5.9 Post Award Conference/periodic Progress Meetings: the Contractor Agrees To Attend Any Post Award Conference Convened By The Contracting Activity, In Accordance With Federal Acquisition Regulation Subpart 42.5. The Co, Cor, And Other Government Personnel, As Appropriate, May Meet Periodically With The Contractor To Review The Contractor's Performance. At These Meetings, The Co Will Apprise The Contractor Of How The Government Views The Contractor's Performance And The Contractor Will Apprise The Government Of Problems, If Any, Being Experienced. Appropriate Action Shall Be Taken To Resolve Outstanding Issues. These Meetings Shall Be Attended At No Additional Cost To The Government. 1.5.10 Contracting Officer S Representative (cor): the Cor Will Be Identified By Separate Letter. The Cor Monitors All Technical Aspects Of The Contract And Assists In Contract Administration. The Co Will Issue A Letter Of Delegation To The Cor And A Copy Will Be Provided To The Contractor. This Delegation Will State The Responsibilities And Limitations Of The Cor. The Cor Is Not Authorized To Change Any Of The Terms And Conditions Of The Contract. 1.5.11 Key Personnel: the Follow Personnel Are Considered Key Personnel By The Government: contracting Officer contracting Officer S Representative a Prosthetics And Sensory Aids Service (psas) Representative Will Be Located At Each Of The Vamc Facilities. The Contact Information For The Psas Representative Will Be Provided To The Contractor Upon Contract Award. A Psas Representative Has The Exclusive Responsibility For Determining Eligibility And Necessity For Va Prosthetic Goods And Services (e.g., Eyeglasses). The Psas Representative Also Coordinates And Resolves Problems Related To Such Goods And Services. Any Matter That Cannot Be Resolved By A Psas Representative Will Be Referred To The Cor. Any Matter Than Cannot Be Resolved By A Cor Will Be Referred To The Co. the Contractor Shall Provide A Contract Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person And An Alternate Who Shall Act For The Contractor When The Manager Is Absent Shall Be Designated In Writing To The Co. The Contract Manager Or Alternate Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract. The Contract Manager Or Alternate Shall Be Available During Regular Working Hours, Monday Through Friday (and Saturday, If Applicable At The Location) Except On The Recognized Holidays Listed In Section 1.5.3 Or When The Government Facility Is Closed Due To Local Or National Emergencies, Administrative Closures, Or Similar Government-directed Facility Closures Or Moves. 1.5.12 Identification Of Contractor Employees: all Contract Personnel Attending Meetings, Answering Government Telephones, And Working In Other Situations Where Their Contractor Status Is Not Obvious To Third Parties Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials. They Must Also Ensure That All Documents Or Reports Produced By Contractors Are Suitably Marked As Contractor Products Or That Contractor Participation Is Appropriately Disclosed. All Contract Personnel Shall Wear Identification On The Outside Of Their Attire While Under Performance Under This Contract. The Identification Tag Shall Indicate That He Or She Is A Contractor And Include His Or Her First And Last Name. These May Be Either Government (contractor Personal Identity Verification) Or Contractor-issued Identification Tags. 1.5.13 Contractor Required Dress Code: all Employees Involved In The Performance Under This Contract Shall Dress In Accordance With The Policies Of The Vamc, Cboc, And/or Clinics At Which They Perform Under The Contract. part 2 definitions & Acronyms 2.0 Definitions And Acronyms 2.0.1 Definitions: acceptable Quality Level (aql). The Aql Expresses The Allowable Variation From The Standard That Will Result In An Acceptable Level Of Quality (100% Unless Otherwise Stated) That Is The Maximum Allowable Error Rate Or Variation From The Standard. contractor. A Supplier Or Vendor Awarded A Contract To Provide Specific Supplies Or Service To The Government. The Term Used In This Contract Refers To The Prime. contracting Officer. A Person With Authority To Enter Into, Administer, And/or Terminate Contracts, And Make Related Determinations And Findings On Behalf Of The Government. The Co Is The Only Individual Who Can Legally Bind The Government. contracting Officer S Representative (cor). An Employee Of The U.s. Government Appointed By The Co To Administer The Contract. Such Appointment Shall Be In Writing And Shall State The Scope Of Authority And Limitations. This Individual Has Authority To Provide Technical Direction To The Contractor As Long As That Direction Is Within The Scope Of The Contract, Does Not Constitute A Change, And Has No Funding Implications. This Individual Does Not Have Authority To Change The Terms And Conditions Of The Contract. dispensed: Prosthetic Devices Will Be Considered Dispensed When The Veteran Has Been Contacted For Pick-up Or The Device Has Been Mailed. If The Contractor Is Unable To Make Contact With The Veteran On The First Attempt, The Contractor Shall Make A Documented Second Attempt Within Five (5) Business Days. After Two Failed Attempts To Reach The Veteran Via Telephone, The Contractor Shall Send A Letter To The Veteran Informing Him Or Her The Eyeglasses Are Ready For Pickup. defective Service. A Service Output That Does Not Meet The Standard Of Performance Associated With The Performance Work Statement. key Personnel. Contractor Personnel That Are Evaluated In A Source Selection Process And That May Be Required To Be Used In The Performance Of A Contract By The Key Personnel Listed In The Pws. When Key Personnel Are Used As An Evaluation Factor In Best Value Procurement, An Offer Can Be Rejected If It Does Not Have A Firm Commitment From The Persons That Are Listed In The Proposal. quality Assurance. The Government Procedures To Verify That Services Being Performed By The Contractor Are Performed According To Acceptable Standards. quality Assurance Surveillance Plan (qasp). An Organized Written Document Specifying The Surveillance Methodology To Be Utilized By The Government For Surveillance Of Contractor Performance. quality Control. All Necessary Measures Taken By The Contractor To Assure That The Quality Of An End Product Or Service Shall Meet Contract Requirements. shipped. For Items Shipped Directly To Veterans By The Va, Items Will Be Considered Shipped When The Contractor Receives The Shipping Manifest From The Va. For Items Shipped Directly To Veterans By The Contractor (i.e., Upgraded Eyeglasses), Items Will Be Considered Shipped When The Items Are Mailed Via The Postal/package Carrier (e.g., United Parcel Service (ups), Fedex, Or United States Postal Service (usps)). subcontractor. One That Enters Into A Contract With A Prime Contractor. The Government Does Not Have Privity Of Contract With The Subcontractor. workday. The Number Of Hours Per Day The Contractor Provides Services In Accordance With The Contract. work Week. Monday Through Friday, Unless Otherwise Specified. 2.0.2 Acronyms/abbreviations: acc Ambulatory Care Center aql Acceptable Quality Level aus Acquisition And Utilization Specialist cboc Community Based Outpatient Clinic co Contracting Officer cor Contracting Officer S Representative hipaa Health Insurance Portability And Accountability Act Of 1996 psas Prosthetics And Sensory Aids Service pws Performance Work Statement qa Quality Assurance qasp Quality Assurance Surveillance Plan qc Quality Control roe Remote Order Entry tms Training Management System vamc Veterans Affairs Medical Center visn Veterans Integrated Service Network vista Veterans Health Information System Technology Architecture part 3 contractor-furnished Items And Services 3.0 Contractor-furnished Items And Responsibilities: 3.0.1 Services: the Contractor Shall: provide All Labor (complying With Service Contract Act Wage Determinations), Equipment, Materials, Supplies, And Supervision. ensure All Of The Vendor S Employees Possess The Appropriate State Licensure/certifications Deemed Necessary By The Applicable State Law. provide Documentation Showing Initial Employee Orientation And On-going Training, Which Demonstrates The Employee S Knowledge, Experience, And Competence Are Appropriate For His/her Assigned Responsibilities. The Vendor Shall Document Assessment Of Employee Competency. As A Part Of The Employee S Initial Orientation, The Vendor Shall Provide An Orientation On The Va And On The Requirements Of This Contract. Training Topics Shall Cover All Aspects Of The Services Provided Under This Contract, Including Patient Confidentiality, Patient Safety And Risk Assessment, Hipaa, Remote Order Entry (roe), Vista, Communicating Safe Use And Care Of Equipment To Patients And Caregivers, And Infection Control Procedures. The Vendor Assures All Personnel Comply With All Current And Future Va Requirements Such As Safety, Ethics, And Hipaa, Required Of Business Associates, Which May Also Include Tms Training Assignments. ensure A High Degree Of Professionalism And Understanding Are Demonstrated When The Vendor S Employees Interact With Patients. The Vendor S Employees Are Expected To Be Discreet And Tactful And Demonstrate Concern, Compassion, And Patience. Some Patients Have Physical Disabilities Or Chronic Illnesses That Influence Their Behavior And Lifestyle. Verbal Or Physical Abuse, Or Unprofessional Behavior Or Conduct Toward A Patient And/or Caregiver, Will Not Be Tolerated. The Va Reserves The Right To Request The Removal Of Any Employee From Performance Of Services Under This Contract If His/her Behavior And/or Level Of Services Provided Are Not In Strict Accordance With The Requirements Of This Contract. ensure Vendor S Employees Provide Superior Customer Service And Answer All Patient Or Va Staff Inquiries No Later Than 5:00 P.m. The Following Business Day. make Employee Records, Including But Not Limited To Training Documentation, Available For Review By The Cor. This Request May Be Made During Visits To The Vendor S Facility, Or The Vendor May Be Requested To Submit The Documentation To The Cor S Location. The Vendor Shall Provide A List To The Cor That Identifies Employee S Location And The Type Of Services He/she Provides. The Initial List Shall Be Submitted 10 Days Prior To Performance Beginning Under The Contract. allow The Government To Perform Unannounced Site Visits To Any Vendor Facilities Or Off-site Locations At The Government S Discretion. ensure Professional Business Certifications/licensure Within The State(s) Required Per Each Facility Serviced. All Applicable Documentation Shall Be Provided To The Cor Prior To Each Employee Initiating Work In Accordance With The Contract And Annually Thereafter. 3.0.2 Materials: unless Provided By The Government At A Government Facility, The Contractor Shall Provide The Following: Furniture; A Lensometer; And Basic Tools And Materials For Adjusting And Completing Simple Repairs (e.g., To Nose Pads Or Screws, And Adjustments) To Eyeglasses At All Dispensing Locations Appropriate To The Size Of The Location And Estimated Quantity Of Customers. The Contractor Is Responsible For Display Boards, Equipment, And Tools Required For The Display Of Frames. The Government Will Provide Fax Machine And/or Printers At All Government Facilities Where Required (including To Any Location Without Roe Capabilities). The Contractor Is Responsible For Providing Fax Machines And/or Printers At All Off-site Locations. 3.0.3 Facilities: the Contractor Will Be Responsible For Providing Spaces/facilities To Perform Under The Contract For The Following Locations (within 10 Miles And No Greater Than A 20-minute Drive From The Servicing Va Facility Address): main Vamc location chillicothe athens Oh chillicothe cambridge Oh chillicothe lancaster Oh chillicothe marietta Oh chillicothe portsmouth Oh cincinnati greendale In cincinnati florence Ky cincinnati bellevue Ky cincinnati clermont Oh cincinnati hamilton Oh cincinnati georgetown Oh cleveland new Philadelphia Oh cleveland sandusky Oh cleveland east Liverpool Oh cleveland warren Oh cleveland ravenna Oh cleveland lorain Oh cleveland mansfield Oh columbus newark Oh columbus grove City Oh columbus marion Oh columbus zanesville Oh dayton lima Oh dayton richmond In dayton springfield Oh dayton middletown Oh *these Locations May Change Throughout The Life Of The Contract As The Needs Of The Va Change. This Contract Covers Any Site Moves Or Government-furnished Space Changes Deemed Fair And Reasonable By The Administrative Contracting Officer. **if Adequate Off-site Location Coverage Is Not Available, Vendor Is Responsible For Working With Cor To Determine Space And Needs Required To Perform Services On-site At Va Location. part 4 government-furnished Items And Services 4.0 Government-furnished Items And Responsibilities: 4.0.1 Equipment: the Government Will Supply The Following Equipment For Use Under The Contract: government Computer For Each Location sample Eyeglass Frames For Each Location fax Machines (as Needed) 4.0.2 Materials: the Government Shall Supply The Following Materials For Use Under The Contract: frame Selection Kit For Each Location 4.0.3 Facilities: the Va Will Provide Space At The Following Locations. Each Government-provided Space Listed Below Will Include Lights, Telephone, Climate Control, Desk, Office Chair, Patient Chair, Adequate Storage, Computer, And Secured Area. location estimate Of Total Number Of Eyeglasses For Ordering Period # 1 (base Year) minimum Required Days Of Operation Per Week akron Cboc 2,587 5 Daysâ  canton Cboc 2,587 5 Daysâ  lorain Cboc 1,360 2 Daysâ  mansfield Cboc 1,587 2 Daysâ  parma Cboc 2,668 5 Daysâ  youngstown Cboc 2,342 5 Daysâ  vamc Chillicothe 7,901* 5 Daysâ  vamc Cincinnati 9,730* 5 Daysâ  vamc Cleveland 9,168* 5 Daysâ  vamc Columbus 13,188* 5 Daysâ  vamc Dayton 10,390* 5 Daysâ  lake County Cboc 1,639 5 Daysâ  grove City Cboc 907 2 Daysâ  total Estimate For Ordering Period # 1 (base Year) 66,054 *denotes Locations Where Off-site Volume Was Included In Estimates **these Locations And Days Of Operation Requirements May Change Throughout The Life Of The Contract As The Needs Of The Va Change. This Contract Covers Any Site Moves Or Government-furnished Space Changes Deemed Fair And Reasonable By The Administrative Contracting Officer. part 5 specific Tasks 5.0 Specific Tasks: 5.0.1 Specific Task # 1: the Contractor Shall Provide The Following Services When Fitting For Or Dispensing Eyeglasses: vendor Shall Fit The Veteran With The Proper Frame Style For The Veteran And His/her Prescription. vendor Shall Determine The Pupillary Distance, Segment Height, And/or Optical Center Height. vendor Shall Troubleshoot Any Optical Issues Before Sending The Veteran Back To The Eye Clinic. vendor Shall Fit And Adjust Glasses For The Veteran. vendor Shall Perform Minor Repairs On Glasses (i.e., Adjust Nose Pads And Screws And Make Other Minor Adjustments). vendor Shall Educate Veterans On The Advantages And Disadvantages Of Different Segment Styles. vendor Shall Only Use Va Sample Frames As Sample/trial Frames. Sample Frames Shall Not To Be Sold Or Issued To Veterans Or Used For Repairs. vendor Shall Wash/sanitize Hands And All Sample Frames And Surfaces Used Between Each Patient With Va-approved Sanitizer As Part Of Infection Control Requirements. vendor Shall Be Required To Obtain Access To The Va S Roe And Enter Prescription And Patient Measurements Into The System. Vendor Shall Ensure That All Information Needed To Fabricate The Eyewear Is Included In The Roe. vendor Shall Be Required To Maintain A High Level Of Accuracy When Entering Orders Into Roe. Frequent Optician Errors Shall Be Addressed By The Vendor And Additional Training Shall Be Documented. vendor Shall Use The Va S Roe Unless It Is Not Available. For Off-site Vendors, The Off-site Vendor Shall Fax Orders To An On-site Vendor Location For Order Entry. Every Faxed Order Shall Include A Cover Sheet, Location, And Account Number If Not Using The Roe System. in The Event Roe Is Not Operational, The Vendor Shall Fax Orders To The Visnâ 10/12 Optical Lab Only On A Contingency Basis And Only With The Approval Of The Visn 10 Acquisition And Utilization Specialist (aus) Program Manager And/or Cor. vendor Shall Be Required To Obtain Access To Vista And Add A Comment To Veteran S Electronic Consult Indicating When The Veteran Ordered Glasses. as The Va S Electronic Health Record Program, Cerner, Is Implemented At Care Sites, Vendor Shall Be Required To Undergo Required Training To Gain Appropriate Access And Knowledge Of The System. During Training, The Optical Shop Hours May Be Reduced In Order To Fulfill Requirements For Go-live. once The Cerner System Is Implemented, The Vendor Shall Be Required To Maintain Appropriate Access And Follow Outlined Procedures To Ensure Accurate Eyeglass Processing. vendor May Not Batch Orders For More Than One Day. vendor Shall Respond To All Voicemail, My Healthevet Messages From Veterans, And Inquiries From Veterans, Family Members, Or Va Staff No Later Than 5:00 P.m. The Following Business Day. vendor Shall Offer A Retail Selection Of Frames, Lenses, And Add-on Options For Veteran To Choose From At Their Own Expense. if A Veteran Is Eligible For Eyewear, He/she Should Choose From The Collection Provided From The Visn 10/12 Optical Lab. Vendor Shall Not Attempt To Upgrade Eyewear By Soliciting Add-ons; The Add-ons Must Solely Be At The Request Of The Veteran And May Be Provided By The Vendor. Any Add-on Orders And Agreements Are Between The Veteran And The Vendor, And The Vendor Will Manufacture/supply The Upgraded Eyewear. vendor Awarded This Contract Must Enter Into An Agreement With The Veteran Canteen Service For Sale Of Goods On Government Property. This Agreement Will Include A Commission Payment On Retail Sales To The Veteran Canteen Service. This Refers To The Eyeglasses Sold To The Veteran That Are Not Part Of The Va Benefits. The Agreement With The Veteran Canteen Service Is A Requirement For Any Goods Sold At Va Facilities. vendor Shall Ensure That The Dispensary Is Open And Staffed During The Same Hours As The Servicing Eye Clinic, And For The Minimum Number Of Days Per Week Established In Section 4.0.3 Of This Pws. Vendor Shall Also Ensure Vendor Is Capable Of Providing Services To Patients Commensurate With The Government-provided Estimates. Each Site Should Be Staffed With The Appropriate Number Of Qualified Personnel To Provide Adequate Services To The Estimated Number Of Customers As Provided By The Government For Each Site. Dispensing Sites That Have Two Or More Personnel Shall Be Open During Lunch Period. Locations That Have One Personnel May Be Closed To Meet Legal Requirements For Lunch And Breaks. 5.0.2 Specific Task # 2: the Contractor Shall Conduct The Ordering, Delivery, And Inspection Functions Of The Eyeglasses In Accordance With The Following: the Visn 10/12 Optical Lab Will Ship All Completed Eyeglasses To The Appropriate Location And Include Packing Slips For Verification. If Discrepancies Are Found, The Vendor Must Notify The Visnâ 10/12 Optical Lab Within 24 Hours After Discovery Of The Discrepancy. the Va Reserves The Right To Ship Completed Eyeglasses Directly To The Veteran. Contractor Will Be Paid The Lower Rate When Eyeglasses Are Shipped Directly To The Veteran. vendor Will Notify The Veteran When Glasses Are Ready For Pick Up, No Later Than The Next Business Day After Delivery To The Dispensary. vendor Will Fit And Adjust On Site (preferred Method) Or Mail Glasses To The Veteran S Home If The Veteran Requests Them To Be Mailed. Vendor Will Be Responsible For All Shipping/mailing Costs Associated With Eyeglasses That Are Not Shipped Directly To The Veteran By The Va. The Vendor Shall Have A Confirmation Of Delivery (i.e., Ups, Fedex With Tracking Number, Or Usps-certified Mail (no Signature Required)). Regardless Of The Dispensing Method Chosen By The Veteran, The Vendor Will Document The Dispensing Date Or If Mailed, The Shipping Date In Vista Or Comparable Va Software Program. The Vendor Is Responsible For Tracking All Packages Until Delivery. any Packages Left In Status Other Than Delivered Are The Responsibility Of The Vendor To Resolve Within Seven (7) Business Days Of The Expected Delivery Date. vendor Will Provide The Local Prosthetic Service With A Copy Of The Visn 10/12 Optical Lab Invoice And An Invoice For Dispensing Fees. The Dispensing Fee Invoice Shall Be In Excel Format. The Invoice Must Be Typed And At Minimum, List The Veteran S Last Name, First Name, The Last Four Of His/her Social Security Number, Consult Number And The Date The Eyeglasses Were Dispensed To The Veteran Or Shipped. This Will Be Done For Each Individual Pair Of Eyeglasses Dispensed To The Veteran Or Shipped. vendor Is Responsible For Shipments Sent To The Visn 10/12 Optical Lab Including Patient Owned Frames. All Shipments Will Be Sent Via A Carrier That Can Be Tracked And Must Include A Packing Slip With Patient S Name, Last 4, Optical Shop Account Number, And A Detailed Description Of Items In The Shipment. vendor Shall Ensure That All Information Needed To Fabricate The Eyewear Is Included On The Order Form Sent To The Visn 10/12 Optical Lab No Later Than 5:00â p.m. The Following Workday. vendor Will Bring Any Quality Issues To The Attention Of The Visn 10 Aus Program Manager And/or Cor Within 24 Hours Of Receipt Of The Eyewear. vendor Will Receive The Prescription Consult From The Optometrist And Enter The Prescription And Patient Measurements Into The Roe System (where Available). Vendor Shall Ensure That All Information Needed To Fabricate The Eyeglasses Is Included In The Roe System. The Visn 10/12 Optical Lab Has Access To The Roe System. vendor Shall Use The Va S Roe System Unless It Is Not Available. Vendor S Third Party, Off-site Locations May Not Have Access To The Roe System. In Those Cases, The Third Party/off-site Vendor Shall Send Orders To The On-site Vendor S Location Of Choice And The On-site Vendor Will Be Responsible For Entering Into The Roe System. roe System Will Allow The Optician To View The Status Of The Eyeglasses, Including Whether They Have Been Dispensed Or Shipped. Vendor Can Enter Notes, Including But Not Limited To Special Instructions To The Lab Using The Roe System. 5.0.3 Specific Task # 3: the Contractor Shall Provide To The Cor Or Designee The Following Monthly Reports, Submitted Via Email, No Later Than Five (5) Business Days Following The End Of The Previous Month: patient Satisfaction Survey: A Survey Which The Contractor Is Required To Develop And Update As Needed. The Survey Will Be Approved By The Government Prior To Use. Contractor Shall Ensure A Minimum Of 50 Patients Per Month Complete The Survey At Each Location (vamc, Cbocs, And Clinics). timeliness Report: Measure Turnaround Times From Point Of Initial Contact (fitting) To Eyeglasses Being Dispensed. The Report Will Include At A Minimum The Following: the Location, Date Of Fitting, Optical Lab Order Date, Receipt Date From Optical Lab, And Date Dispensed/mailed To Patient. quality Report: Evaluate Any Issues With Eyeglass Frames, Lenses And Document The Findings, Recommendations And Actions Taken (this Report Addresses Common Problems With Eyeglasses Received From The Lab). part 6 attachment/technical Exhibit Listing 6.0 Attachment/technical Exhibit List 6.0.1 Attachment/technical Exhibit List Performance Requirements Summary: performance Requirements Summary performance Objective standard required Adherence Level the Contractor Shall Provide Services When Fitting For Or Dispensing Eyeglasses. all Customers Serviced (see Section 5.0.1 Of Pws) 100% the Contractor Shall Order, Accept Delivery, And Inspect All Eyeglasses Upon Receipt. all Orders (see Section 5.0.2 Of Pws) 98% the Contractor Shall Provide All Reports To The Government As Required. all Reports Received Within Five Business Days Of The End Of The Previous Month (see Section 5.0.3 Of Pws) 95% the Contractor Shall Provide All Completed Orders To The Optical Lab No Later Than 5:00 P.m. The Following Business Day. all Orders (see Section 5.0.2 Of Pws) 99% the Contractor Shall Respond To All Voicemails, My Healthevet Messages, And Inquiries From Veterans, Family Members, Or Va Staff No Later Than 5:00 P.m. The Following Business Day. all Customers Serviced (see Section 5.0.1 Of Pws) 100% the Contractor Shall Monitor Staff Compliance To Ensure Limited Optician Errors. all Orders (see Section 5.0.1 Of Pws) no More Than Two (2) Optician Errors Per Optician, Per Calendar Month disclaimer this Sources Sought Notice Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Sources Sought Notice That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Sources Sought Notice.
Closing Date28 Jan 2025
Tender AmountRefer Documents 

Municipality Of Irosin, Sorsogon Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Facility Enhancement/repair & Maintenance(super Health Center) 1. The Local Government Unit Of Irosin, Through The Trust Fund(philhealth) Intends To Apply The Sum Of Seven Hundred Fourteen Thousand Seven Hundred Three Pesos (p 714,703.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Facility Enhancement/repair & Maintenance(super Health Center), Infr-01-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Facility Enhancement/repair & Maintenance(super Health Center) Brief Description: Chb Laying And Plastering/fabrication/installation Of Forms & Rsb And Tile Setting For Lavatories And Counters/installation Of Plumbing And Electrical Fixtures Approved Budget For The Contract : P 714,703.00 Source Of Fund : Trust Fund(philhealth) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Completion Of Works Is Sixty (60) Calendar Days. Bidders Should Have Completed At Least One Similar Project For The Last Five(5) Years And Whose Value, Of The Contract, Adjusted To Current Prices Using The Nso Consumer Price Indices Must Be Equal To 50% Of The Abc To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 Until January 31, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Hold A Pre-bid Conference On January 16, 2025, 9:00am At The Conference Room, Office Of The Municipal Mayor, Municipal Compound, San Julian, Irosin, Sorsogon, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 31, 2025, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 31, 2025, 9:00 Am At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Benjamin M. Gabionza, Ce Municipal Engineer Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph Email Address: Bengabionza@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Posting: January 9, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Standard Form Number: Sf-infr-07 Revised On: July 29, 2004 Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ A) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives C) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located D) Tax Clearance Per Eo 398 E) Tax Clearance For Collection Purposes Technical Documents ⬜ (b) 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; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Completed Within The Last Five(5) Years, Except Under Conditions Provided Under The Rules; And • The Statement Shall Include The Following: (1)name Of The Contract; (2)date Of The Contract; (3)contract Duration; (4)owner’s Name And Address; (5)nature Of Work; (6)contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (7)total Contract Value At Award; (8)date Of Completion Or Estimated Completion Time; (9)total Contract Value At Completion, If Applicable; (10)percentages Of Planned And Actual Accomplishments, If Applicable; (11)value Of Outstanding Works, If Applicable; (12)the Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (13)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; ⬜ (d) Valid Pcab License-category B, Size Range Medium A Or Higher/special Pcab License In Case Of Joint Ventures And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major 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; And ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. (h) Affidavit Of Site Inspection Financial Documents ⬜ (i) Audited Financial Statement Stamped Received By The Bureau Of Internal Revenue(bir) Or Its Duly Authorized Institutions, For The Immediately Preceding Calendar Year, Which Should Not Be Earlier From Two(2) Years From The Date Of Submission (j) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (k) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (m) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (n) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (o) Cash Flow By Quarter. Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Facility Enhancement/repair & Maintenance(super Health Center), With Project Identification Number Infr-01-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Trust Fund (philhealth) In The Amount Of Seven Hundred Fourteen Thousand Seven Hundred Three Pesos ( P 714,703.00). 2.2. The Source Of Funding Is: Trust Fund(philhealth) 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.1. Subcontracting Is Not Allowed During The Bidding. 7.2. Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On January 16, 2025, 9:00am And Either At Its Physical Address Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon In A Face-to-face Manner As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. A Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Facility Enhancement/repair & Maintenance(super Health Center) I.formworks Ii. Concrete And Masonry And Tile Works Iii. Plumbing Works Iv. Electrical Works V. Painting Works Vi. Doors And Windows Spl-1 Ppe’s Spl-2 Project Signage 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 10.3 The Other Contractor’s License Or Permit Required Is Bir Registration. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Facility Enhancement/repair & Maintenance(super Health Center) Key Personnel General Experience Relevant Experience 1. Foreman 2. Skilled Worker 3.laborer 10.5 Facility Enhancement/repair & Maintenance(super Health Center) The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 1.enough Hand Tools 12 Value Engineering Clause Is Not Allowed. 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Not Allowed. 20 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 3.1 The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 3.2 If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Rehabilitation/improvement Of Brgy. Cawayan Level Ii Water System Gcc Clause 2 Sectional Completion Is Not Applicable Since All Works Must Be Completed Within 60 Calendar Days. 4.1 The Schedule Of Delivery Of The Possession Of The Site To The Contractor, Whether Full Or In Part Is Seven(7) Calendar Days After The Issuance Of The Notice To Proceed(ntp). 6 The Site Investigation Reports Are: Completion Of Existing Constructed Building. 7.2 In Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures: Fifteen (15) Years. In Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures: Five (5) Years. In Case Of Other Structures, Such As Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures: Two (2) Years. 10 A. Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Not Applicable Days Of Delivery Of The Notice Of Award. Not Applicable Since The End-user, Municipal Engineering Office, Was The One Who Made The Program Of Work(pow). 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is Not Applicable. Reason Was Stated In 11.1. 13 The Amount Of The Advance Payment Shall Not Exceed 15% Of The Total Contract Price And Schedule Of Payment. 14 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is 120 Calendar Days After The Commencement Of Works. The Date By Which “as Built” Drawings Are Required Is 60 Calendar Days After The Commencement Of Works. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is Not Applicable. Section Vi. Specifications Specifications Is Provided In The Program Of Work(pow) And Detailed Estimates Section Vii. Drawings Please Seek The Drawings At The Office Of The Municipal Engineer Of Local Government Unit Of Irosin. Section Viii. Bill Of Quantities Rehabilitation/improvement Of Brgy. Cawayan Level Ii Water System Item No. Scope Of Work Quantity Unit 1.direct Cost(dc) I Formworks Ii Concrete And Masonry And Tile Works Iii Plumbing Works Iv Electrical Works V Painting Works Vi Doors And Windows Spl-1 Ppe’s Spl-2 Project Signage 2 Indirect Cost(ic), Contractor’s Mark-up 2.1 Contractor’s Profit(10% Of Direct Cost) 2.2 Ocm(15% Of Direct Cost) 2.3 Vat Component (5% Of Contractor’s Profit+dc+ocm) 2.4 Mobilization 2.5 Utilities(professional Fee’s For Electrical Engineers) Total Cost Of All Line Item Includes Cost Of Contractor’s Profit, Taxes And Ocm. Attached Detailed Cost Estimates Section Ix. Bidding Forms Table Of Contents Bid Form Form Of Contract Agreement Omnibus Sworn Statement Affidavit Of Site Inspection Bid Securing Declaration Bid Form Date: Project Id No.: Infr-01-2025 To: [name And Address Of Procuring Entity] Having Examine The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers ______, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: (a) We Have Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Projects, Facility Enhancement/repair & Maintenance(super Health Center); (b) We Offer To Execute The Works For This Contract In Accordance With The Pbds; (c) The Total Price Of Our Bid In Words And Figures , Excluding Any Discounts Offered Below Is (insert Information); (d) The Discounts Offered And The Methodology For Their Application Are: [insert Information) (e) The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: Value Added Tax, Income Tax, Local Taxes And Other Fiscal Levies And Duties Which Are Itemized Herein And Reflected In The Detailed Estimates; (f) Our Bid Shall Be Valid Within A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; (g) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The Allowable Forms Of The Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines For This Purpose; (h) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (i) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (j) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. (k) We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Facility Enhancement/repair & Maintenance(super Health Center). (l) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Infrastructure Projects(revised) __________________________________________________________________________ This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between [name And Address Of Procuring Entity] (hereinafter Called The“entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: A. Philippine Bidding Documents(pbds) I.drawings/plans; Ii.specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins B. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The Works For The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Contractor: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Municipal Engineer Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Infr-01-2025 Facility Enhancement/repair And Maintenance (super Health Center) Irosin, Sorsogon Standard Form Number: Sf-infr-51 Revised On: August 11, 2004 Affidavit Of Site Inspection I, ________________________, Of Legal Age, _____________, Filipino And Residing At __________________________, Under Oath, Hereby Depose And Say: 1. That I Am The _________________________ Of The ____________________________________________, With Office Address At ______________________________; 2. That I Have Inspected The Site For Facility Enhancement/repair And Maintenance(super Health Center); 3. That I Am Making This Statement As Part Of The Requirement For The Technical Proposal Of The _________________________ Of ___________________________. In Faith Whereof, I Hereby Affix My Signature This ______ Day Of ________, 2025 At _________________________, Philippines. ___________________ Affiant Subscribed And Sworn To Before Me This ____ Day Of _________ 2025, Affiant Exhibiting To Me His/her Community Tax Certificate No. _______________ Issued On ________________ At ______________________________, Philippines. _______________________ Notary Public Until ______________ Ptr No. ______________ Date ______________ Place ______________ Tin ______________ Doc No. __________ Page No. _________ Book No. _________ Series Of _________. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. Infr-01-2025 To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025.
Closing Date31 Jan 2025
Tender AmountPHP 714.7 K (USD 12.1 K)

Municipality Of Irosin, Sorsogon Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon 1. The Local Government Unit Of Irosin, Through The Lgsf-fabdp(ntf-elcac-fy 2024) Intends To Apply The Sum Of Five Million Pesos (p 5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of Municipal Building Brgy. Cawayan, Irosin, Sorsogon, Infr-03-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Construction Of Municipal Building Brgy. Cawayan, Irosin, Sorsogon Brief Description: Construction Of 1 Unit,2-classroom School Building With A Total Of 162.00 Sq.m. Floor Area With Amenities And Grouted Rip-rap/slope Protection Approved Budget For The Contract : P 5,000,000.00 Source Of Fund : Lsgf_fabdp(ntf-elcac-fy 2024) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Completion Of Works Is Two Hundred Ten (210) Calendar Days. Bidders Should Have Completed At Least One Similar Project For The Last Five(5) Years And Whose Value, Of The Contract, Adjusted To Current Prices Using The Nso Consumer Price Indices Must Be Equal To 50% Of The Abc To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 Until February 10, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Hold A Pre-bid Conference On January 24, 2025, 9:00am At The Conference Room, Office Of The Municipal Mayor, Municipal Compound, San Julian, Irosin, Sorsogon, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 10, 2025, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 10, 2025, 9:00 Am At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Benjamin M. Gabionza, Ce Municipal Engineer Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph Email Address: Bengabionza@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Posting: January 17, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Standard Form Number: Sf-infr-07 Revised On: July 29, 2004 Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ A) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives C) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located D) Tax Clearance Per Eo 398 E) Tax Clearance For Collection Purposes Technical Documents ⬜ (b) 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; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Completed Within The Last Five(5) Years, Except Under Conditions Provided Under The Rules; And • The Statement Shall Include The Following: (1)name Of The Contract; (2)date Of The Contract; (3)contract Duration; (4)owner’s Name And Address; (5)nature Of Work; (6)contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (7)total Contract Value At Award; (8)date Of Completion Or Estimated Completion Time; (9)total Contract Value At Completion, If Applicable; (10)percentages Of Planned And Actual Accomplishments, If Applicable; (11)value Of Outstanding Works, If Applicable; (12)the Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (13)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; ⬜ (d) Valid Pcab License-category B, Size Range Medium A Or Higher/special Pcab License In Case Of Joint Ventures And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major 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; And ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. (h) Affidavit Of Site Inspection Financial Documents ⬜ (i) Audited Financial Statement Stamped Received By The Bureau Of Internal Revenue(bir) Or Its Duly Authorized Institutions, For The Immediately Preceding Calendar Year, Which Should Not Be Earlier From Two(2) Years From The Date Of Submission (j) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (k) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (m) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (n) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (o) Cash Flow By Quarter. Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon, With Project Identification Number Infr-03-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Lgsf-fabdp(ntf-elcac-fy 2024) In The Amount Of Five Million Pesos ( P 5,000,000.00). 2.2. The Source Of Funding Is: Lgsf-fabdp(ntf-elcac-fy 2024) 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.1. Subcontracting Is Not Allowed During The Bidding. 7.2. Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On January 17 , 2025, 9:00am And Either At Its Physical Address Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon In A Face-to-face Manner As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. A Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon I.earthworks Ii. Rebar Works Iii. Formworks Iv. Concrete Works V. Masonry Works Vi. Trusses & Roofing Works Vii. Ceiling Works Viii. Plumbing Works Ix. Electrical Works X. Painting Works Xi. Doors And Windows Xii. Tile Works Xiii. Steel Works Spl-1 Grouted Rip-rap/slope Protection Spl-2 Amenities Spl-3 Hauling Of Materials To Jobsite Spl-4 Ppe’s Spl-5 Temporary Facilities Spl-6 Project Signage 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 10.3 The Other Contractor’s License Or Permit Required Is Bir Registration. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon Key Personnel General Experience Relevant Experience 1. Foreman 2. Le Operator 3. Skilled Worker 4.laborer 10.5 Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 1.tampering Machine 2. Water Truck 3. Concrete Mixer 4. Bar Cutter 5. Welding Machine 6. Enough Hand Tools 12 Value Engineering Clause Is Not Allowed. 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Not Allowed. 20 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 3.1 The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 3.2 If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon Gcc Clause 2 Sectional Completion Is Not Applicable Since All Works Must Be Completed Within 210 Calendar Days. 4.1 The Schedule Of Delivery Of The Possession Of The Site To The Contractor, Whether Full Or In Part Is Seven(7) Calendar Days After The Issuance Of The Notice To Proceed(ntp). 6 The Site Investigation Reports Are: Construction Of Two Classroom Building For Cawayan Elementary School. 7.2 In Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures: Fifteen (15) Years. In Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures: Five (5) Years. In Case Of Other Structures, Such As Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures: Two (2) Years. 10 A. Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Not Applicable Days Of Delivery Of The Notice Of Award. Not Applicable Since The End-user, Municipal Engineering Office, Was The One Who Made The Program Of Work(pow). 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is Not Applicable. Reason Was Stated In 11.1. 13 The Amount Of The Advance Payment Shall Not Exceed 15% Of The Total Contract Price And Schedule Of Payment. 14 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is 210 Calendar Days After The Commencement Of Works. The Date By Which “as Built” Drawings Are Required Is 210 Calendar Days After The Commencement Of Works. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is Not Applicable. Section Vi. Specifications Specifications Is Provided In The Program Of Work(pow) And Detailed Estimates Section Vii. Drawings Please Seek The Drawings At The Office Of The Municipal Engineer Of Local Government Unit Of Irosin. Section Viii. Bill Of Quantities Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon Item No. Scope Of Work Quantity Unit 1.direct Cost(dc) I Earthworks 1.00 Lot Ii Rebar Works 4,789.81 Kls Iii Formworks 1.00 Lot Iv Concrete Works 53.14 Cu.m. V Masonry Works 214.96 Sq.m. Vi Trusses & Roofing Works 172.00 Sq.m. Vii Ceiling Works 166.50 Sq.m. Viii Plumbing Works 1.00 Lot Ix Electrical Works 1.00 Lot X Painting Works 1.00 Lot Xi Doors And Windows 1.00 Lot Xii Tile Works 25.64 Sq.m. Xiii Steel Works 1.00 Lot Spl-1 Grouted Rip-rap/slope Protection 61.40 Cu.m. Spl-2 Amenities 1.00 Lot Spl-3 Hauling Of Materials To Jobsite 1.00 Lot Spl-4 Ppe’s 1.00 Lot Spl-5 Temporary Facilities 1.00 Lot Spl-6 Project Signage 1.00 Lot 2 Indirect Cost(ic), Contractor’s Mark-up 2.1 Contractor’s Profit(10% Of Direct Cost) 2.2 Ocm(15% Of Direct Cost) 2.3 Vat Component (5% Of Contractor’s Profit+dc+ocm) 2.4 Mobilization Total Cost Of All Line Item Includes Cost Of Contractor’s Profit, Taxes And Ocm. Attached Detailed Cost Estimates Section Ix. Bidding Forms Table Of Contents Bid Form Form Of Contract Agreement Omnibus Sworn Statement Affidavit Of Site Inspection Bid Securing Declaration Bid Form Date: Project Id No.: Infr-03-2025 To: [name And Address Of Procuring Entity] Having Examine The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers ______, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: (a) We Have Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Projects, Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon; (b) We Offer To Execute The Works For This Contract In Accordance With The Pbds; (c) The Total Price Of Our Bid In Words And Figures , Excluding Any Discounts Offered Below Is (insert Information); (d) The Discounts Offered And The Methodology For Their Application Are: [insert Information) (e) The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: Value Added Tax, Income Tax, Local Taxes And Other Fiscal Levies And Duties Which Are Itemized Herein And Reflected In The Detailed Estimates; (f) Our Bid Shall Be Valid Within A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; (g) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The Allowable Forms Of The Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines For This Purpose; (h) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (i) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (j) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. (k) We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon. (l) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Infrastructure Projects(revised) __________________________________________________________________________ This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between [name And Address Of Procuring Entity] (hereinafter Called The“entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: A. Philippine Bidding Documents(pbds) I.drawings/plans; Ii.specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins B. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The Works For The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Contractor: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Municipal Engineer Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Infr-03-2025 Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon Irosin, Sorsogon Standard Form Number: Sf-infr-51 Revised On: August 11, 2004 Affidavit Of Site Inspection I, ________________________, Of Legal Age, _____________, Filipino And Residing At __________________________, Under Oath, Hereby Depose And Say: 1. That I Am The _________________________ Of The ____________________________________________, With Office Address At ______________________________; 2. That I Have Inspected The Site For Construction Of School Building Brgy. Cawayan, Irosin, Sorsogon; 3. That I Am Making This Statement As Part Of The Requirement For The Technical Proposal Of The _________________________ Of ___________________________. In Faith Whereof, I Hereby Affix My Signature This ______ Day Of ________, 2025 At _________________________, Philippines. ___________________ Affiant Subscribed And Sworn To Before Me This ____ Day Of _________ 2025, Affiant Exhibiting To Me His/her Community Tax Certificate No. _______________ Issued On ________________ At ______________________________, Philippines. _______________________ Notary Public Until ______________ Ptr No. ______________ Date ______________ Place ______________ Tin ______________ Doc No. __________ Page No. _________ Book No. _________ Series Of _________. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. Infr-03-2025 To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025.
Closing Date10 Feb 2025
Tender AmountPHP 5 Million (USD 86.1 K)
9581-9590 of 9611 archived Tenders