Valve Tenders
Valve Tenders
Dr Jose Fabella Memorial Hospital Tender
Electronics Equipment...+3Electrical Goods and Equipments, Healthcare and Medicine, Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description The Dr. Jose Fabella Memorial Hospital Hereby Invites Interested Suppliers To Submit Quotation For The Supply And Delivery Of: Particular Qty. Unit Cost Total Cost Cold Packs 5 Pcs ₱1,000.00 ₱5,000.00 • Reusable Cold Gel Pack • Durable Construction Resistant To Puncture • Standard Size Gel Pack 27cm X 16.5cm Parafin Wax Container 1 Set 20,000.00 20,000.00 • 6 Lb (4 Liter) Container With Oversized Tank Accommodates A Man Size 12 ½ Foot • Lightweight And Portable • Operating Temperature 125-134°f, 110 V • Kit Includes Container, Washable Terry Cloth And Mitt And • Bottie, 65 Hand/foot Plastic Liners And (6) 1lb Wax Blocks Portable Infrared Radiation Lamp 1 Pc 15,000.00 15,000.00 • Deep Focused Infrared Warmth With 150w • Adjustable Angle That Can Be Positioned Up To 40 Degrees Backward • Have An On And Off Switch At The Back Of Infrared Lamp • Has A Cord Storage Holder At The Back Of The Appliance • Cord Length: 180cm; Voltage: 220 Or 250v • Insulation: Class Ii (double Isolation) • Frequency: 50hz • Type Of Lamps: Par 38e, 150w + Prismatic Rings For More Focus • Dimension: 22cm H X 13cm W X 18.5cm D • A Box Dimension: 24cm H X 28.8cm W X 62.4cm D • Product Weight: 1 Kg; F-box Weight 1 Kg • F-box Dimension: 22.5cm H X 14cm W X 20.4cm D • A-box Weight: 6.4kg • Iec Certified: Complies To Iec 60335 Wall Standing Mirrors 1 Pc 4,500.00 4,500.00 • 34.4 Cm W X 1.6 Cm D X 154.4 Cm • Any Color • 28 Mm Thick, Polystyrene Plastic Frame With 3 Mm Thick, Normal Mirror And 3mm Thick Mdf Back Board Stretchable Resistance Band • Light (green): 600mm X 50mm X 0.35mm (5-10lbs) 1 Roll 5,000.00 5,000.00 • Medium (blue): 600mm X 50mm X 0.50mm (10-20lbs) 1 Roll 5,000.00 5,000.00 • Heavy (yellow): 600mm X 50mm X 0.70mm (20-30lbs) 1 Roll 7,000.00 7,000.00 • Extra Heavy: 600mm X 50mm X 1.10mm (40-48lbs) 1 Roll 9,000.00 9,000.00 Stretchable Resistance Tube • High Quality Latex Band Pre-formed Into A Loop • Material: Thermoplastic Elastomer • Resistance Tube Features A Double Layer Of Rubber At The Ends For Comfortable Grip • Resistance Tube Length: 140cm • Handle Width: 11cm Light 1 Pc 5,000.00 5,000.00 Medium 1 Pc 7,000.00 7,000.00 Heavy 1 Pc 9,000.00 9,000.00 Pulse Oximeter 1 Pc 3,000.00 3,000.00 • Monochrome Led Display • Measurement Accuracy: +2% Within The Range Of 70%-99% • Measurement Value <70% Accuracy • Charging Method: Usb Type C • Aa Battery • Power Consumption: Less Than 20mah • Usage: With Bottom, Automatic Testing • Automatic Shutdown: Finger Disengagement • Lightweight, Small, Easy To Use And Convenient To Carry Dumbells • Made Of Iron Material Covered With Neoprene • Hex Shaped Heads Design • Weights: 1 Lb 1 Pair 1,000.00 1,000.00 2 Lbs 1 Pair 1,300.00 1,300.00 3 Lbs 1 Pair 1,500.00 1,500.00 4 Lbs 1 Pair 1,700.00 1,700.00 5 Lbs 1 Pair 2,000.00 2,000.00 Ankle Weights • Made Of Oxford Cloth Materials Filled With Iron Sand • With 2 Velcro Straps On Both Sides With Heavy Duty Nylon And Adjustable Straps That Fits On The Ankle • Weights: 0.5kg 1 Pair 1,500.00 1,500.00 1 Kg 1 Pair 1,800.00 1,800.00 2 Kg 1 Pair 2,300.00 2,300.00 3kg 1 Pair 2,500.00 2,500.00 4kg 1 Pair 3,000.00 3,000.00 Inflatable Vestibular Ball 2 Pcs 5,000.00 10,000.00 • 75 Cm / 29.5-inch Size • Bearing Capacity Support Up To 330 Lbs • 3 Mm Thickened Abs Ball (anti-burst System) • Free Of Bpa And Heavy Metals • Assorted Color • With Foot Pump Included Inflatable Rubber Ball For Kids 2 Pcs 5,000.00 10,000.00 • Mini Inflatable Ball With Design For Kids • Small Flexible Enough To Grasp With One Hand Yet Big Enough To Hold With 2 Hands • Bouncy, Thick, Durable Pimpled Rubber • Nontoxic, Harmless Plastic • Diameter Approx.: 5–6-inch Diameter Wobble Board 1 Pc 6,000.00 6,000.00 • Made Of Molded Plastic With A Specially Designed Tactile Surface On The Top And Anti-skid Surface On The Bottom • 40cm L X 10cm H • 20mm Palm Touch With Surface Non-slip Sandpaper Handle Design Both Sides For Easy Gripping • With Curve Button Support In 360 Degrees Direction • Weight Limit For Each Board Is 300 Lbs. Yoga Mat 2 Pcs 5,000.00 10,000.00 • Lightweight And Durable Yet Cushioned And Strong • Washable And Easy To Clean • Size: 68 In L X 24 In W Rubber Mat Flooring / Play Mat For Kids 5 Packs 10,000.00 50,000.00 • Puzzle Interlocking • Made From Soft And Durable High-quality Foam • Epe Non-toxic Material • Feature: Anti-slip, Shock Absorbing And Soft • Dimension: 60 Cm By 60cm • Bright With Different Color Puzzle Mats • Lightweight And Easy To Install And Detach • 4 Pieces Per Pack Kinesiology Tape 5 Pcs 4,000.00 20,000.00 • 2 Inches Width • Sweat Resistant And Water Resistant And Air Permeable Allowing It To Be Worn For Days • Can Be Stretch By 30-40% • Assorted Color • Materials: Cotton, Spandex, Acrylic • Pressure Sensitive Adhesive, Hypoallergenic Hole Peg Board 1 Set 3,000.00 3,000.00 • Stacking Peg Board Set Includes 100 Pegs Of 10 Different Colors And One Board • Natural Solid Rubber-wood, Non-toxic, Smooth Finish, Coated With Soft Child Safe Water-based Paints • Sizes: Chess Board 8.5 Cm X 8.5cm X 3.35 Cm • Peg Height: 2 Cm Hand Grip Exerciser 1 Pc 2,000.00 2,000.00 • Metal Exerciser With Soft Eva Grips • Grip Tension Rating Of 33 Lbs • Product Size: 3.5 In W X 5 In H X 1 In D Finger Strengthener Exerciser • Trumpet Format • Size: 3.5 In X 5 In X 1 In • Material: Abs Composite Material • Latex Free Trp Grip • Steel Spring Component Light 1 Pc 2,000.00 2,000.00 Medium 1 Pc 2,200.00 2,200.00 Bp Apparatus And Stethoscope 1 Pc 25,000.00 25,000.00 • Mercury-free Sphygmomanometer • Adjustable Height And Position • Pressure Range: 0-300 Mmhg • Calibrated • Wheel Stand, With 5 Casters • With Lockable And Static Feature • With Complete Accessories: Nylon Velcro Cuff With Different Sizes (33-47 Cm For Obese Adult, 25-35cm For Regular Adult, 18-26cm For Child, 12-19cm For Infant And 6-11cm For Newborn, Inflator Valve, Air Control Bulb • Basket (attached To The Stand) For The Accessories • At Least 1 Year Warranty On Service And Parts Bicycle Ergometer 1 Pc 47,000.00 47,000.00 • For Upper And Lower Extremities • Foldable Bike Ergo Exerciser Used In Arms And Legs • With Anti-slip Pedal And Non-slip Bike Foot And Adjustable Resistance Gauge • With Or Without Lcd • Materials Used: Abs Pp Steel • Size: 48.5 Cm X 36 Cm X 33 Cm • Maximum Load Capacity: 100 Kg Product Weight Approx.: 2.4 Kgs Total ₱300,300.00 Quotation Must Be Submitted To The Bac Secretariat Office, New Dr. Jose Fabella Memorial Hospital, Tayuman St., Manila On Or Before January 7, 2025. To Submit Together With Quotation The Following Documents: 1. Philgeps Registration Certificate 2. Mayors Permit 3. Omnibus Sworn Statement For Details, Please Contact The Bac Secretariat At Bacfabella@yahoo.com / Fabella.procurement @ Gmail.com (tel. No. 88 66 7960 - 74). The Djfmh Reserves The Right To Accept Or Reject Any Or All Quotation, To Waive Any Defects Found Therein And To Accept Such Quotations As May Be Consider Advantageous To The Government. The Djfmh-bac Assumes No Obligation To Compensate Or Indemnify The Bidders For Any Expenses Or Losses That Maybe Incurred In The Preparation Of Quotations Nor Does It Guarantee That An Award Will Be Made. Maria Lu D. Andal, Md Chair, Bids And Awards Committee For Infrastructure, Goods Non-medical, Consulting Services, Non-medical Equipment, Services
Closing Date7 Jan 2025
Tender AmountPHP 300.3 K (USD 5.1 K)
Municipality Of Lupon, Davao Oriental Tender
Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Details: Description Lot 1- 1,181,400.00 Multicab Sh -532 1. 2 Pcs- Fabricated Hose Assembly 2w ¼ X 2ft’’ 2. 1 Set -o/n Gasket Fga 3. 1 Pc- Radiator Assembly 4. 1 Pc- Speed Cable F5a/6a 5. 1 Pc- Fanbelt With Groove 6. 1 Pc- Center Bearing Assembly 7. 4 Pcs- Brake Hose Fg4 Revo Sgl-6072 8. 1 Pc- Auxilliary Ftn 12v 9. 1 Pc- Brake Master Assemby 10. 1 Unit- Hydrovac Assembly 11. 1 Pc- Cylinder Gasket 12. 1 Pc- Assembly Injection Pump Calibration 13. 1 Pc- Thermostat-aps 14. 1 Pc- Thermostat O-ring Gasket-aps 15. 4 Pcs- Clearance Lamp -led 12v 16. 1 Set- Horn Super Tone With Relay 12v Elf Isuzu Elf Shs-587,isuzu Elf Shd-126 Isuzu Elf Sgx-384,raptor Sen-430 17. 2 Pcs- Radiator Hose 10w Ct-31 18. 1 Pc- Cross Joint 19. 1 Pc- Disc Horn 24v 20. 1 Pc- Brake Booster Assembly 21. 1 Pc- Center Bearing Assembly 22. 10 Pcs- Hub Bolt Rrh 4hf1 23. 10 Pcs- Hub Bolt Rlh 4hf1 24. 2 Pcs- Oil Seal 70x112x10/18 25. 1 Pc- Hydraulic Hose With Fittings 2w 3/8 X29’’ With Fittings 26. 1 Pc- Hydraulic Hose With Fittings 2w 3/8 X31’’ With Fittings 27. 1 Pc- Accelerator Cable 28. 1 Pc- Priming Pump 29. 1 Pc- Hydrauvac Assembly Airtech 30. 2 Pcs- Engine Support 4hf1 Dumptruck Isuzu Dumptruck Sen 431, Hyundai Skg-889, Skg-870,sinotruck 1 31. 1 Pc- Twin Carfan 24v 4’’ 32. 2 Pcs- Bearing 303/30 33. 1 Pc -oil Seal 70x142x12/36-3 34. 2 Pc- Bearing 322125 35. 2 Pcs- Fuel Filter J65f1-101 22400 36. 1 Pc- Clutch Disc Relining 15’’ 37. 2 Pcs- Oil Seal Hub 78x163x16 38. 2 Pcs-oil Seal Prt 117x174x16 39. 1 Set- Air Cleaner 40. 1 Pc- Bearingm35-2 41. 1 Pc- Fuel Water Separator 42. 2 Pcs- Fuel Filter Ff5052 43. 2 Pcs- Oil Filter J6sf1-1012020 44. 20 Pcs- Wheel Bolt With Nut 45. 6 Meters- Rubber Sheet 1/4 46. 2 Pcs -oil Filter P555615 47. 2 Pcs- Fuel Filter 553004 48. 1 Pc- Lining Clutch Fabrication And Re-bonding Payloader Komatsu Wa-180 49. 2 Pcs- Fanbelt 50. 4 Pcs- Oil Filter J65f1 51. 4 Pc- Filter Ff1050 52. 2 Pc- Crossjoint 114-7105 53. 2 Pcs- Fuel Filter 550585 54. 2 Pcs- Hydraulic Filter Tc-5690 55. 10 Pcs- Bolt 20x26x55 56. 1 Pc- Back Up Horn 57. 1 Pc- Starter Assembly 58. 1 Pc- Tension Pulley 59. 1 Pc- Fanbelt 60. 1 Pc- Tensioner Assembky 61. 2 Pcs- Hydraulic Filter 56010 62. 2 Pcs- Filter 001166448877 63. 2 Pcs- Fanbelt 64. 4 Pcs- Oil Filter J65f1 65. 1 Pc- Hydraulic Hose Assembly 65’’x4 Wires With Both End Ferrules 4 Fittings 66. 1 Pc- Hydraulic Hose Assembly Wiyh Straight X 45 Degrees Flange Fittings 65’’x4 Wires W/ Brandnew Ferrules Pc-200 Backhoe 67. 4 Pcs- Bolt 1x3 68. 1 Pc- Oil Filter C-313 69. 2 Pcs- Hydraulic Hose 2 2/8x127’ With Fittings G720b Grader Volvo 70. 4 Pc- Fs1242/p551864/fuel/h2o Separator 71. 2 Pc- Fuel Filter P66hssu 72. 2 Pcs- Fabricated Hose 3/8x36 ½ 73. 2 Pcs- Oil Filter555616 74. 1 Pc- Exhaust Flexible Pipe 2x17.5 75. 2 Pcs- Oil Filter 76. 2 Pcs- Fuel Filter Ff5052 77. 20 Pcs- Plow Bolt 5/8x2’’ 78. 2 Pcs- Cutting Edge 8 Holes 79. 2 Pcs- Hydraulic Hose Assembly 30’’ W/ Both End Ferrules And Fittings 80. 2 Pcs- Hydraulic Hose Assembly 70’’ W/ Both End Ferrules Swiv 90 Degrees 81. 6 Pcs- O-ring 5.7x65 90degrees 82. 2 Pc- Ff183 H/filter Boomtruck 83. 1 Pc- Release Bearing 4700 84. 1 Pc- Starter Relay 85. 1 Pc- Radiator Assembly 3r -20x26 87. 1 Set- Cylinder Head 88. 1 Set- Overhauling Gasket 89. 1 Pc- Clutch Disc 12x14 90. 1 Set- Engine Valve 4d33 91. 2 Pcs- Conrod Bearing 92. 1 Pc- Engine Stop Motor 93. 1 Pc- Starter Assembly 4dr32 94. 1 Pc- Clutch Booster Assembly 95. 1 Pc- Clutch Master Assembly 7/8 96. 1 Pc- -clutch Slave Assembly 7/8 97. 1 Pc- Clutch Slave Hose 98. 1 Set- Piston Ring 99. 2 Pcs- Cross Joint 57x144 100. 1 Pc- Thermostat Housing Hyundai Self-loading Sla-147 101. 2 Sets- Brake Lining 8 ¾ Tappered 102. 2 Set- Brake Lining 6 ½ Tappered 103. 2 Pcs- Fitting Brass Compressor With Male Elbow 104. 2 Pcs- Bearing 32218j 105. 4 Pcs- Oil Seal 154-172-14 Xcmg Loader Backhoe 106. 4 Pcs -transmission Filter Jx1011 107. 4 Pcs --hydraulic Hose Assembly 142’’x2 Wires Ferrules And Straight Femaler Jis Metric X Mgl Male Fittings 108. 2 Units-n70 Battery Bulldozer D65 Ex Komatsu 109. 6 Pcs-back Up Ring 27-03921-03 110. 2 Pcs- O-ring 353x20-62 111. 20 Pcs- Plow Bolt18mmx2’’ 112. 4 Pcs- Hydraulic Hose With Fittings 2w 3/8 X29’’ With Fittings 113. 4 Pcs -hydraulic Hose With Fittings 2w 3/8 X31’’ With Fittings 114. 50 Pcs- 5/8x ½ With Pin Stainless Bolt 115. 4 Pcs- Hydraulic Hose Assembly 3/8x2wiresx26’’ 116. 4 Pcs- Hydraulic Hose Assembly 1/4x2wiresx34’’ 117. 4 Pcs- Hydraulic Hose Assembly Straight Ors 1/4x2wx32’’ 118. 1 Pc- Hole Saw 19mm 119. 1 Pc- Bulldozer Assembly 120. 4 Pcs- Hydraulic Hose Assembly Straight Ors 121. 4 Pcs- Hydraulic Hose Assembly 69’’with Both And Ferrules Straight Female Metricx 1.0 Pitch 122. 4 Pc- Fuel Separator 123. 4 Pcs- Air Cleaner (set Of 2) 124. 25 Pcs- Sprocket Bolt 125. 2 Units- N120 Battery Bomag Road Roller 126. 2 Pcs -fuel Filter P554620 127. 1 Unit- N70 Battery Lot 2 – 1,980,600.00 Toyota Conquest 1. 4 Sets- Tire 265/60 R18 Elf Sgx-384 4hf1, Shd-126 4de1,shs-587 4hf1, Raptor Sin-430 4bc2 2. 10 Sets- Tire 700x 16 Miller 3. 8 Sets- Tire 700 X 16 Lug Self Loading Hyundai Sla-147 4. 10 Sets - Tire 12r 22.5 X 20r Dumptruck Skg-889, Sez-208, Sen-432, Skg-870 5. 18 Sets -tire 10x20 Miller Type 6. 10 Sets -tire 10 X20 Lug Type Dumptruck Sinotruck Mv 1301-0001839899, Sinotruck Mv 1301-00001839895 7. 4 Sets -tire 11.00 X 20 Lug Type 8. 10 Sets -tire 11.00 X 20 Miller Type Pay Loader Wa-180 9. 4 Sets - Tire 18.4 X 24 Grader Volvo G720b 10. 4 Sets- Tire 14.00 X 24
Closing Date19 Feb 2025
Tender AmountPHP 3.1 Million (USD 54.6 K)
Department Of National Defence Tender
Others
Canada
Description: File Number: W8476-256986/a Notice Of Proposed Procurement The Department Of National Defence Has A Requirement For The Items Detailed Below. The Delivery Is Requested At 25cfsd Montreal And 7cfsd Edmonton By March 4th , 2025. Item 1, Gsin: 5325, Nsn: 5325 33 205 9306 Ring, Retaining P/n Requested: 2004780 Nscm/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 2, Gsin: 5325, Nsn: 5325 33 205 9306 Ring, Retaining P/n Requested: 2004780 Nscm/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 3, Gsin: 5360, Nsn: 5360 33 202 1304 Spring, Helical, Extension P/n Requested: 2007800 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 4, Gsin: 5360, Nsn: 5360 33 202 1304 Spring, Helical, Extension P/n Requested: 2007800 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 5, Gsin: 5330, Nsn: 5330 12 175 2642 Seal Plain P/n Requested: Babsl60x80x7/7,5-72nbr/902 Nscm/cage / Cof/cage: D2480 Quantity: 15 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 6, Gsin: 5330, Nsn: 5330 12 175 2642 Seal Plain P/n Requested: Babsl60x80x7/7,5-72nbr/902 Nscm/cage / Cof/cage: D2480 Quantity: 15 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 7, Gsin: 3110, Nsn: 3110 12 164 8047 Bearing, Roller, Tapered P/n Requested: 32009-xa Nscm/cage / Cof/cage: D2456 Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 8, Gsin: 3110, Nsn: 3110 12 164 8047 Bearing, Roller, Tapered P/n Requested: 32009-xa Nscm/cage / Cof/cage: D2456 Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 9, Gsin: 2530, Nsn: 2530 99 780 7800 Steering Wheel P/n Requested: 294745-003 Nscm/cage / Cof/cage: U1607 Quantity: 2 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 10, Gsin: 2530, Nsn: 2530 99 780 7800 Steering Wheel P/n Requested: 294745-003 Nscm/cage / Cof/cage: U1607 Quantity: 2 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 11, Gsin: 4730, Nsn: 4730 12 395 7588 Elbow, Tube P/n Requested: Wee10lromdcf Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 12, Gsin: 4730, Nsn: 4730 12 395 7588 Elbow, Tube P/n Requested: Wee10lromdcf Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 13, Gsin: 4730, Nsn: 4730 33 107 9371 Adapter, Straight, Tube To Boss P/n Requested: 4730700014 Nscm/cage / Cof/cage: 0125b Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 14, Gsin: 4730, Nsn: 4730 33 107 9371 Adapter, Straight, Tube To Boss P/n Requested: 4730700014 Nscm/cage / Cof/cage: 0125b Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 15, Gsin: 5330, Nsn: 5330 33 218 0038 Gasket P/n Requested: 4065545 Nscm/cage / Cof/cage: 0848b Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 16, Gsin: 5330, Nsn: 5330 33 218 0038 Gasket P/n Requested: 4065545 Nscm/cage / Cof/cage: 0848b Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 17, Gsin: 4730, Nsn: 4730 12 363 3125 Reducer, Tube P/n Requested: Red12/06zla3c Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 18, Gsin: 4730, Nsn: 4730 12 363 3125 Reducer, Tube P/n Requested: Red12/06zla3c Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 19, Gsin: 5330, Nsn: 5330 15 121 0511 Packing, Preformed P/n Requested: 5-612 N674-70 Nscm/cage / Cof/cage: A3958 Quantity: 25 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 20, Gsin: 5330, Nsn: 5330 15 121 0511 Packing, Preformed P/n Requested: 5-612 N674-70 Nscm/cage / Cof/cage: A3958 Quantity: 25 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 21, Gsin: 4730, Nsn: 4730 12 397 0740 Adapter, Straight, Tube To Boss P/n Requested: Ge12lr1/4cfx Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 22, Gsin: 4730, Nsn: 4730 12 397 0740 Adapter, Straight, Tube To Boss P/n Requested: Ge12lr1/4cfx Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 23, Gsin: 4820, Nsn: 4820 15 201 5924 Valve, Regulating, Fluid Pressure P/n Requested: Vcf35c B Viton Nscm/cage / Cof/cage: A4752 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 24, Gsin: 4820, Nsn: 4820 15 201 5924 Valve, Regulating, Fluid Pressure P/n Requested: Vcf35c B Viton Nscm/cage / Cof/cage: A4752 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 25, Gsin: 5930, Nsn: 5930 14 585 6465 Pedal Switch (foot) P/n Requested: Xpem110 Nscm/cage / Cof/cage: Fas02 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 26, Gsin: 5930, Nsn: 5930 14 585 6465 Pedal Switch (foot) P/n Requested: Xpem110 Nscm/cage / Cof/cage: Fas02 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 27, Gsin: 5930, Nsn: 5930 33 218 9773 Switch Thermostatic P/n Requested: 36030 Nscm/cage / Cof/cage: 1971b Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 28, Gsin: 5930, Nsn: 5930 33 218 9773 Switch Thermostatic P/n Requested: 36030 Nscm/cage / Cof/cage: 1971b Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 29, Gsin: 5820, Nsn: 5820 37 545 1937 Control-converter P/n Requested: Ddr-30g-24 Nscm/cage / Cof/cage: S8116 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 30, Gsin: 5820, Nsn: 5820 37 545 1937 Control-converter P/n Requested: Ddr-30g-24 Nscm/cage / Cof/cage: S8116 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 31, Gsin: 5920, Nsn: 5920 33 219 4072 Fuse Holder Extractor Post P/n Requested: P.616 Nscm/cage / Cof/cage: 8816b Quantity: 2 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 32, Gsin: 5920, Nsn: 5920 33 219 4072 Fuse Holder Extractor Post P/n Requested: P.616 Nscm/cage / Cof/cage: 8816b Quantity: 2 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 33, Gsin: 1680, Nsn: 1680 01 669 8259 Lever, Control P/n Requested: 1007185 Nscm/cage / Cof/cage: 7k7f9 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 34, Gsin: 1680, Nsn: 1680 01 669 8259 Lever, Control P/n Requested: 1007185 Nscm/cage / Cof/cage: 7k7f9 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 35, Gsin: 4730, Nsn: 4730 33 205 3376 Fitting, Lubrification P/n Requested: 2009319 Nscm/cage / Cof/cage: 0848b Quantity: 25 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 36, Gsin: 4730, Nsn: 4730 33 205 3376 Fitting, Lubrification P/n Requested: 2009319 Nscm/cage / Cof/cage: 0848b Quantity: 25 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 37, Gsin: 5306, Nsn: 5306 33 217 5746 Bolt, Internal Wrenching P/n Requested: 412396 16 Nscm/cage / Cof/cage: 551bb Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 38, Gsin: 5306, Nsn: 5306 33 217 5746 Bolt, Internal Wrenching P/n Requested: 412396 16 Nscm/cage / Cof/cage: 551bb Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 39, Gsin: 5325, Nsn: 5325 33 205 9306 Pin, Cotter P/n Requested: 0602254 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 40, Gsin: 5325, Nsn: 5325 33 205 9306 Pin, Cotter P/n Requested: 0602254 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 41, Gsin: 5305, Nsn: 5305 12 370 7996 Setscrew P/n Requested: Iso4026-m10x40-45h Nscm/cage / Cof/cage: I9008 Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 42, Gsin: 5305, Nsn: 5305 12 370 7996 Setscrew P/n Requested: Iso4026-m10x40-45h Nscm/cage / Cof/cage: I9008 Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 43, Gsin: 5310, Nsn: 5310 12 188 6493 Nut, Plain, Castellated, Hexagon P/n Requested: Din979-m24x1,5-05-znphrf Nscm/cage / Cof/cage: D8286 Quantity: 40 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 44, Gsin: 5310, Nsn: 5310 12 188 6493 Nut, Plain, Castellated, Hexagon P/n Requested: Din979-m24x1,5-05-znphrf Nscm/cage / Cof/cage: D8286 Quantity: 40 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 45, Gsin: 2530, Nsn: 2530 33 000 0734 Cap, Grease P/n Requested: 3499 Nscm/cage / Cof/cage: 1974b Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 46, Gsin: 2530, Nsn: 2530 33 000 0734 Cap, Grease P/n Requested: 3499 Nscm/cage / Cof/cage: 1974b Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 47, Gsin: 5310, Nsn: 5310 33 205 6966 Washer, Finishing P/n Requested: 0201969 Nscm/cage / Cof/cage: 0848b Quantity: 40 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 48, Gsin: 5310, Nsn: 5310 33 205 6966 Washer, Finishing P/n Requested: 0201969 Nscm/cage / Cof/cage: 0848b Quantity: 40 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 49, Gsin: 3120, Nsn: 3120 12 177 8991 Bearing, Washer, Thrust P/n Requested: Paw32p10 Nscm/cage / Cof/cage: D4871 Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 50, Gsin: 3120, Nsn: 3120 12 177 8991 Bearing, Washer, Thrust P/n Requested: Paw32p10 Nscm/cage / Cof/cage: D4871 Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 51, Gsin: 4320, Nsn: 4320 14 547 1429 Governor, Pump, Pressure Regulating P/n Requested: Olsa40152b0001 Nscm/cage / Cof/cage: F1606 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 52, Gsin: 4320, Nsn: 4320 14 547 1429 Governor, Pump, Pressure Regulating P/n Requested: Olsa40152b0001 Nscm/cage / Cof/cage: F1606 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 53, Gsin: 4730, Nsn: 4730 12 130 6681 Tee, Tube P/n Requested: T6l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 54, Gsin: 4730, Nsn: 4730 12 130 6681 Tee, Tube P/n Requested: T6l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 55, Gsin: 4730, Nsn: 4730 12 185 2661 Tee Tube P/n Requested: Evl6l0md Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 56, Gsin: 4730, Nsn: 4730 12 185 2661 Tee Tube P/n Requested: Evl6l0md Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 57, Gsin: 4730, Nsn: 4730 12 375 7616 Adapter, Straight, Tube To Boss P/n Requested: Ge10lredomdcf Nscm/cage / Cof/cage: D8134 Quantity: 25 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 58, Gsin: 4730, Nsn: 4730 12 375 7616 Adapter, Straight, Tube To Boss P/n Requested: Ge10lredomdcf Nscm/cage / Cof/cage: D8134 Quantity: 25 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 59, Gsin: 4730, Nsn: 4730 12 383 8749 Adapter, Straight, Tube To Boss P/n Requested: Ge06lredomdcf Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 60, Gsin: 4730, Nsn: 4730 12 383 8749 Adapter, Straight, Tube To Boss P/n Requested: Ge06lredomdcf Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 61, Gsin: 4730, Nsn: 4730 01 692 0371 Tee, Tube P/n Requested: Wh10lromdcf Nscm/cage / Cof/cage: 30780 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 62, Gsin: 4730, Nsn: 4730 01 692 0371 Tee, Tube P/n Requested: Wh10lromdcf Nscm/cage / Cof/cage: 30780 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 63, Gsin: 4730, Nsn: 4730 14 446 4289 Adapter, Straight, Tube To Boss P/n Requested: Ri1x1/2 Nscm/cage / Cof/cage: F0271 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 64, Gsin: 4730, Nsn: 4730 14 446 4289 Adapter, Straight, Tube To Boss P/n Requested: Ri1x1/2 Nscm/cage / Cof/cage: F0271 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 65, Gsin: 4730, Nsn: 4730 12 131 3965 Nipple, Tube P/n Requested: G10l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 66, Gsin: 4730, Nsn: 4730 12 131 3965 Nipple, Tube P/n Requested: G10l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 67, Gsin: 4730, Nsn: 4730 12 143 0160 Elbow Tube P/n Requested: Wsv15l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 68, Gsin: 4730, Nsn: 4730 12 143 0160 Elbow Tube P/n Requested: Wsv15l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 69, Gsin: 4730, Nsn: 4730 01 556 0240 Union, Tube P/n Requested: Sv10lomdcf Nscm/cage / Cof/cage: 30780 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 70, Gsin: 4730, Nsn: 4730 01 556 0240 Union, Tube P/n Requested: Sv10lomdcf Nscm/cage / Cof/cage: 30780 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 71, Gsin: 4730, Nsn: 4730 12 383 0939 Adapter, Straight, Tube To Boss P/n Requested: Sv12lomdcf Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 72, Gsin: 4730, Nsn: 4730 12 383 0939 Adapter, Straight, Tube To Boss P/n Requested: Sv12lomdcf Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 73, Gsin: 4730, Nsn: 4730 12 182 3200 Adapter, Straight, Tube To Boss P/n Requested: Evge12lred Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 74, Gsin: 4730, Nsn: 4730 12 182 3200 Adapter, Straight, Tube To Boss P/n Requested: Evge12lred Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 75, Gsin: 4730, Nsn: 4730 12 371 3068 Elbow, Tube P/n Requested: Ew12lomdcf Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 76, Gsin: 4730, Nsn: 4730 12 371 3068 Elbow, Tube P/n Requested: Ew12lomdcf Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 77, Gsin: 4730, Nsn: 4730 14 566 4961 Adapter, Straight, Tube To Boss P/n Requested: Ege10lredcf Nscm/cage / Cof/cage: Faqb2 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 78, Gsin: 4730, Nsn: 4730 14 566 4961 Adapter, Straight, Tube To Boss P/n Requested: Ege10lredcf Nscm/cage / Cof/cage: Faqb2 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 79, Gsin: 4730, Nsn: 4730 14 563 7624 Coupling Tube P/n Requested: Gz12lcf Nscm/cage / Cof/cage: C5018 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 80, Gsin: 4730, Nsn: 4730 14 563 7624 Coupling Tube P/n Requested: Gz12lcf Nscm/cage / Cof/cage: C5018 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 81, Gsin: 4730, Nsn: 4730 14 553 1150 Adapter, Straight, Tube To Boss P/n Requested: Ge12lr1-2edomdcf Nscm/cage / Cof/cage: Faqb2 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 82, Gsin: 4730, Nsn: 4730 14 553 1150 Adapter, Straight, Tube To Boss P/n Requested: Ge12lr1-2edomdcf Nscm/cage / Cof/cage: Faqb2 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 83, Gsin: 4730, Nsn: 4730 12 145 5655 Adapter, Straight, Tube To Boss P/n Requested: Ri3/4x3/8 Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 84, Gsin: 4730, Nsn: 4730 12 145 5655 Adapter, Straight, Tube To Boss P/n Requested: Ri3/4x3/8 Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 85, Gsin: 4730, Nsn: 4730 12 145 4376 Nipple, Tube P/n Requested: Sv6l Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 86, Gsin: 4730, Nsn: 4730 12 145 4376 Nipple, Tube P/n Requested: Sv6l Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 87, Gsin: 4730, Nsn: 4730 12 375 7584 Tee, Tube P/n Requested: T10lcfx Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 88, Gsin: 4730, Nsn: 4730 12 375 7584 Tee, Tube P/n Requested: T10lcfx Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 89, Gsin: 4310, Nsn: 4310 33 211 7744 Diaphragm, Pump, Special Shaped P/n Requested: 4008308 Nscm/cage / Cof/cage: 0848b Quantity: 3 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 90, Gsin: 4310, Nsn: 4310 33 211 7744 Diaphragm, Pump, Special Shaped P/n Requested: 4008308 Nscm/cage / Cof/cage: 0848b Quantity: 3 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 91, Gsin: 5930, Nsn: 5930 12 374 3592 Switch, Pressure P/n Requested: Pk6522 Nscm/cage / Cof/cage: C2241 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 92, Gsin: 5930, Nsn: 5930 12 374 3592 Switch, Pressure P/n Requested: Pk6522 Nscm/cage / Cof/cage: C2241 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 93, Gsin: 6350, Nsn: 6350 12 408 3672 Horn, Signal P/n Requested: 3al002952-811 Nscm/cage / Cof/cage: C6222 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 94, Gsin: 6350, Nsn: 6350 12 408 3672 Horn, Signal P/n Requested: 3al002952-811 Nscm/cage / Cof/cage: C6222 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 95, Gsin: 5925, Nsn: 5925 14 578 5902 Circuit Breaker P/n Requested: A9f94325 Nscm/cage / Cof/cage: Fas02 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 96, Gsin: 5925, Nsn: 5925 14 578 5902 Circuit Breaker P/n Requested: A9f94325 Nscm/cage / Cof/cage: Fas02 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 97, Gsin: 2920, Nsn: 2920 33 107 4046 Switch, Lock, Ignition P/n Requested: 40130 Nscm/cage / Cof/cage: 1971b Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 98, Gsin: 2920, Nsn: 2920 33 107 4046 Switch, Lock, Ignition P/n Requested: 40130 Nscm/cage / Cof/cage: 1971b Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 99, Gsin: 5945, Nsn: 5945 33 204 7493 Retainer Electrical Relay P/n Requested: 3032294 Nscm/cage / Cof/cage: 0848b Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 100, Gsin: 5945, Nsn: 5945 33 204 7493 Retainer Electrical Relay P/n Requested: 3032294 Nscm/cage / Cof/cage: 0848b Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 101, Gsin: 5999, Nsn: 5999 99 225 5376 Contact, Electrical P/n Requested: Zbe-101 Nscm/cage / Cof/cage: K1674 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 102, Gsin: 5999, Nsn: 5999 99 225 5376 Contact, Electrical P/n Requested: Zbe-101 Nscm/cage / Cof/cage: K1674 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 103, Gsin: 5999, Nsn: 5999 01 548 3551 Block-assembly P/n Requested: Zb4bz101 Nscm/cage / Cof/cage: 3wag4 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 104, Gsin: 5999, Nsn: 5999 01 548 3551 Block-assembly P/n Requested: Zb4bz101 Nscm/cage / Cof/cage: 3wag4 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 105, Gsin: 6210, Nsn: 6210 14 596 0263 Light, Indicator P/n Requested: Zb4bvj4 Nscm/cage / Cof/cage: Fas02 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 106, Gsin: 6210, Nsn: 6210 14 596 0263 Light, Indicator P/n Requested: Zb4bvj4 Nscm/cage / Cof/cage: Fas02 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 107, Gsin: 5895, Nsn: 5895 01 690 4142 Joystick, Data Entry P/n Requested: Xd4pa22 Nscm/cage / Cof/cage: 56365 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 108, Gsin: 5895, Nsn: 5895 01 690 4142 Joystick, Data Entry P/n Requested: Xd4pa22 Nscm/cage / Cof/cage: 56365 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 109, Gsin: 5895, Nsn: 5895 33 212 1970 Joystick, Data Entry P/n Requested: 6065089 Nscm/cage / Cof/cage: 0848b Quantity: 9 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 110, Gsin: 5895, Nsn: 5895 33 212 1970 Joystick, Data Entry P/n Requested: 6065089 Nscm/cage / Cof/cage: 0848b Quantity: 9 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 111, Gsin: 5930, Nsn: 5930 01 483 8558 Switch, Push P/n Requested: Zbe-102 Nscm/cage / Cof/cage: 51917 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 112, Gsin: 5930, Nsn: 5930 01 483 8558 Switch, Push P/n Requested: Zbe-102 Nscm/cage / Cof/cage: 51917 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 113, Gsin: 5975, Nsn: 5975 12 407 4752 Locknut, Electrical Conduit P/n Requested: Gmm216/7pa Nscm/cage / Cof/cage: D1129 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 114, Gsin: 5975, Nsn: 5975 12 407 4752 Locknut, Electrical Conduit P/n Requested: Gmm216/7pa Nscm/cage / Cof/cage: D1129 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 115, Gsin: 3120, Nsn: 3120 14 501 0474 Bearing, Sleeve P/n Requested: Paf 40260 P10 Nscm/cage / Cof/cage: F0563 Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 116, Gsin: 3120, Nsn: 3120 14 501 0474 Bearing, Sleeve P/n Requested: Paf 40260 P10 Nscm/cage / Cof/cage: F0563 Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 117, Gsin: 5305, Nsn: 5305 33 204 7454 Hexagonal Screw P/n Requested: 0464246 Nscm/cage / Cof/cage: 0848b Quantity: 50 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 118, Gsin: 5305, Nsn: 5305 33 204 7454 Hexagonal Screw P/n Requested: 0464246 Nscm/cage / Cof/cage: 0848b Quantity: 50 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 119, Gsin: 5365, Nsn: 5365 33 207 7402 Spacer, Ring P/n Requested: 5002448 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 120, Gsin: 5365, Nsn: 5365 33 207 7402 Spacer, Ring P/n Requested: 5002448 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 121, Gsin: 3120, Nsn: 3120 12 174 9457 Bearing Sleeve P/n Requested: Pap1015p10 Nscm/cage / Cof/cage: D8092 Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 122, Gsin: 3120, Nsn: 3120 12 174 9457 Bearing Sleeve P/n Requested: Pap1015p10 Nscm/cage / Cof/cage: D8092 Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 123, Gsin: 5331, Nsn: 5331 12 389 2854 O-ring P/n Requested: V1 2394 P5008 Nscm/cage / Cof/cage: D1333 Quantity: 15 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 124, Gsin: 5331, Nsn: 5331 12 389 2854 O-ring P/n Requested: V1 2394 P5008 Nscm/cage / Cof/cage: D1333 Quantity: 15 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 125, Gsin: 3110, Nsn: 3110 12 145 5232 Bearing, Ball, Annular P/n Requested: 6002-2rsr Nscm/cage / Cof/cage: Cm647 Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 126, Gsin: 3110, Nsn: 3110 12 145 5232 Bearing, Ball, Annular P/n Requested: 6002-2rsr Nscm/cage / Cof/cage: Cm647 Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 127, Gsin: 5340, Nsn: 5340 43 001 2428 Catch, Clamping P/n Requested: Zb-06 Nscm/cage / Cof/cage: 1983h Quantity: 7 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 128, Gsin: 5340, Nsn: 5340 43 001 2428 Catch, Clamping P/n Requested: Zb-06 Nscm/cage / Cof/cage: 1983h Quantity: 7 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 129, Gsin: 9390, Nsn: 9390 12 383 9036 Nonmetalic Special Shaped Section P/n Requested: 209-0206 Nscm/cage / Cof/cage: D4291 Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 130, Gsin: 9390, Nsn: 9390 12 383 9036 Nonmetalic Special Shaped Section P/n Requested: 209-0206 Nscm/cage / Cof/cage: D4291 Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 131, Gsin: 4730, Nsn: 4730 14 553 1089 Adapter, Straight, Pipe To Tube P/n Requested: Ge06lr1-4edomdcf Nscm/cage / Cof/cage: Faqb2 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 132, Gsin: 4730, Nsn: 4730 14 553 1089 Adapter, Straight, Pipe To Tube P/n Requested: Ge06lr1-4edomdcf Nscm/cage / Cof/cage: Faqb2 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Bidders Proposing An Equivalent Or A Substitute Product Must Indicate The Brand Name And Model And/or Part Number And The Nscm/cage They Are Offering. The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada. Debriefings: Bidders May Request A Debriefing On The Results Of The Bid Solicitation Process. Bidders Should Make The Request To The Contracting Authority Within Fifteen (15) Working Days From Receipt Of The Results Of The Bid Solicitation Process. The Debriefing May Be Provided In Writing, By Telephone Or In Person. Electronic Submission Of Bids: This Requirement Uses Electronic Receipt Of Bids By E-mail Only. For Details, Please Review The Section Entitled Electronic Submission Of Bids In The Solicitation Document. Bids Must Be Submitted By E-mail Only To: Dlp53bidsreceiving.daat53receptiondessoumissions@forces.gc.ca
Closing Date9 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n731.46|n00383|n/a|amanda.m.sweeney4.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Higher-level Contract Quality Requirement|8|x|||||||| Time Of Delivery (june 1997)|20||||||||||||||||||||| Stop-work Order (aug 1989)|1|| Wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo|inspection Site Source Final Acceptance Site Source|tbd|n00383|tbd|tbd|see Schedule |tbd||||||||| 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 Opportuity 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|||||||||||| Limitation Of Liability--high-value Items (feb 1997)|1|| Offeror Representations And Certifications--commercial Products And Commercialservices (may 2024))|3|||| 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 (feb 2024)|1|| Royalty Information (apr 1984)|1|| Annual Representations And Certifications (may 2024)|12|332439|1250||||||||||| Facsimile Proposals (oct 1997)|1|| Notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||a8c| Evaluation--commercial Products And Commercial Services (nov 2021)|4||||| 1. This Amendment Hereby Increases The Qty Of This Solicitation By Qty 36; From Qty 150 To 186. 2. All Other Terms And Conditions Remain Unchanged. \ This Rfp Is For A Sares Buy And Will Be Using Competitive Procedures. This Requirement Will Be Awarded To The Offeror With The Lowest Price Technically Acceptable (lpta) Quote. The Small Business Administration Representative At Navsup Wss Has Reviewed This Requirement And Determined That A Set-aside Recommendation Was Not Applicable For This Procurement. This Contract/delivery Order/purchase Order/modification Is Issued By The Government When Deposited In The Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To Issue This Contract/delivery Order/purchase Order/modification. \ 1. Scope 1.1 Pre-award / Post Award Requirements: Due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.2 Container Shell Material Is ;plastic; . 1.3 Manufacturing Process Is ;rotomolding; . 1.4 When Discrepancies Exist Between These Requirements And Those On Current Manufacturer's Drawings,contact Code ;buyer On Page 1 Of Contract; Or Code N241.10 1.5 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;hardigg Industries, Inc.; Drawing Number ( ;11214; ) ;18334-0100; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.6 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.7 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents Drawing Data=18334-0100 |11214| | |d| | | | 3. Requirements 3.1 One Third (1/3) Unit Of Desiccant (mil-d-3464, Type Ii Nondusting) Per Cubic Foot Of Container Interior Volume Shall Be Placed In Desiccant Holder Of Each Container At Time Of Shipment. 3.2 Reference To Cadmium Plating Shall Be Deleted And The Following Substituted: "finish Shall Be Electrodeposited Alkaline Zinc-nickel Alloy In Accordance With Astm B 841 Class 1, Type B, Grade 3." All Containers Must Be Affixed With A Nameplate That Includes A Unique Identification (uid) Marking As Referenced In The Drawing Package Drawing ;(80132) 15930; And Iaw Mil-std-130 Latest Revision. The Contractor Shall Contact Navicp Code ;0771.13; Or Code 0771.10 For The Alphanumeric Sequential Serial Number Group That Makes Up Part Of The Uid. The Uidwill Be Included On The Nameplate In Data Matrix Format. When A First Article Is Required, The Contractor Shall Submit A Paper Copy Of The Drawings (size 11" X 17"), Contracts And Approved Ecp's Eco's, Deviations Waivers, And Modifications In The Records Recepticle Or Inside The Container Submitted For The First Article. Contact Code ;contact Buyer On Page 1 Of Contract; Or Code N241.10 To Arrange For First Article Test Location 4. Quality Assurance 4.1 The Tests To Be Performed Under The First Article Approval Clause (far 52.209-4) Of The Contract Are Listed Below. 4.1.1 Dimensional Test (special) ;iaw Drawing (11214) 18334-0100 And Subdrawings Is Applicable; 4.1.2 Requirements Of: ;iaw Drawing (11214) 18334-0100 And Subdrawings Is Applicable; 4.1.3 Form: ;applies; 4.1.4 Fit: ;applies, Use Actual Item; 4.1.5 Function ;applies; 4.1.6 Compliance With Drawing ( ;11214; ) ;18334-0100; , Revision ;latest; And Specifications Referenced Therein. 4.2 In Addition To The Above Tests, The First Article(s) To Be Delivered Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With Contract Requirements Requirements. 4.3 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Testing. 4.4 The Cost Of The Government Testing Effort Set Forth In This Solicitation Is Estimated To Be $ ;10,000; For The First Article Testing. This Cost Factor Will Be Added, For Solicitation Purposes, To The Price Of All Offerors For Whom The Government Will Require Such Testing. 4.5 Disposition Of Fat Samples 4.5.1 ;zero; Sample(s) Shall Not Be Returned To The Contractor Because They Shall Be Destroyed During Testing. 4.5.2 ;all; Unless Otherwise Provided For In The Contract, Sample(s) Shall Be Returned To The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The Sample(s) Have Inspection Approval From The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. ;n/a; Sample(s) Shall Be Returned To The Contractor But Shall Not Be Considered As Production Due. 4.6 Test Sample Coating Instructions 4.6.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative.this Paragraph Does Not Apply To Shipping Containers. 4.7 Fat Approval Criteria 4.7.1 Far 52.209-4 Applies (a) The Contractors Shall Deliver ;one (1); ; Unit(s) Of The Following Cage ( ;11214; ; ) Part Number ;18334-0100; ; , Revision ;latest; ; Within ;120; ; Calendar Days From The Date Of This Contract To The Government At ;contact Buyer On Page 1 Of Contract; ; Marking Of Test Sample(s) Shipping Container Shall Be As Follows, Citing This Contract Number: "for First Article Testing. Not Rfi Material. Do Not Take Up In Stock Contract Number:____________" For First Article Test, The Shipping Documentation Shall Contain This Contract Number And Lot/item Identification. The Characteristics That The First Article Must Meet And The Testing Requirements Are Specified Elsewhere In This Contract. (b) Upon Shipment Of First Article Sample(s), Two (2) Copies Of The Material Inspection And Receiving Report (dd Form 250) Bearing The Qar's Signature And Indication Of Preliminary Inspection Shall Be Forwarded To The Navicp- Philadelphia Code Cited In Block 10.a Of Sf33, With Duplicate Copies To Navicp Code 072 And To The Designated Test Facility. The Envelopes Shall Be Clearly Marked: "do Not Open In Mail Room". Within ;90; ; Days After Receipt Of The Samples, The Test Site Shall Complete Testing/evaluation And Submit Two (2) Copies Of Their Test Report With Conclusions And Recommendations To The Navicp Code Cited In Block 10.a Of The Sf33. (c) Within ;30; ; Calendar Days After The Government Receives The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional Approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The Contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request, Shall Submit An Additional First Article For Testing. After Each Request, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First Article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Furnish Any Additional First Article To The Government Under The Terms And Conditions And Within The Time Specified By The Government. The Government Shall Act On This First Article Within The Time Limit Specified In Paragraph (b) Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any Additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Deliver Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract (f) Unless Otherwise Provided In The Contract, The Contractor - (1) May Deliver The Approved First Article As Part Of The Contract Quantity, Provided It Meets All Contract Requirements For Acceptance And Was Not Consumed Or Destroyed In Testing: And (2) Shall Remove And Dispose Of Any First Article From The Government Test Facility At The Contractors Expense. (g) If The Government Does Not Act Within The Time Specified In Paragraph (b) Or (c) Above The Contracting Officer Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates And/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts Support, And Repair Of The First Article During Any First Article Test. (i) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Of, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be Allocable To This Contract For (1) Progress Payments, Or (2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government (j) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To This Effect With Each First Article. (k) The Contractor Shall Provide Specific Written Notification To The Procuring Contracting Officer Informing Him/her Of The Shipment Of Any Article(s) Furnished In Accordance With This Clause. Such Notification Must Be Addressed To The Attention Of The Navicp Code Specified In Block 10.a Of The Sf33, With Copies To Navicp Code 072 And To The Testing Activity. Failure To Provide Such Notification Shall Excuse The Government From Any Delay In Performing First Article Testing And Informing The Contractor Of The Results Thereof. (l) Fourteen (14) Days Prior To Shipment Of First Article Samples, The Contractor Shall Notify The Designated Test Facility In Writing Of The Anticipated Shipping Date, With An Information Copy To The Pco, Navicp Philadelphia, Attn: (cite Code Found In Block 10.a Of The Sf33). The Contractor Shall Also Arrange For Preliminary Inspection Of Test Samples By The Dcmc/qar. 4.8 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, The Naval Inventory Control Point Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run Additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, And (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States Code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And One That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First Article Approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The Government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule He Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) Within Days: Item No. _______________ Quantity:_______ After Date Of Contract:__________ Sampling Per Ansi/asq Z1.4, Sample Plan S-2aql 1.0 (13 Pcs) Accept 0, Reject 1.one (1) Rejection Will Require 100% Of The Shipment To Be Tested. A Lot Shall Consist Of Any Scheduled Shipment Quantity Under Contract. Representative Sampling Shall Be Used, I.e. The Samples Are To Be Selected At Random Throughout The Lot.remove Either The Vortex Or Breather Valve And Install A Suitable Airtight Fitting.draw A Vacuum On The Sample Container(s) To .025+/- 0.01 Psig.stabilize Vacuum Within Tolerance For A Minimum Of 15 Minutes, Then Disconnect The Vacuum Input And Test Monitor The Container For 15 Minutes.the Vacuum Should Hold Within +/- 0.05 Psig At The End Of The 15 Minutes For The Container To Pass. Testing Specifications For Cases: Drop Test:fed-std-101c. Method 5007.1 Paragraph 6.3,procedure -a- Level -a-. Procedure A Falling Dart Impact: Ata 300, Category I,general Requirements For Category I & Ii Reusable Containers Vibration (loose Cargo): Fed-std-101c, Method Of 5019 Vibration (sweep):ata300, (jan 15th/96),which States In Appendix Ii, B4 Simulated Method 506.4, Procedure Ii Of 4.1.2 Fed-std-101c Method 5009.1, Section 6.7.1. All Costs And Responsibilities Related To The First Article Test Submission Container Shipment To And From The First Article Test Facility Are To Be Borne By The Contractor. 4.9 100% Production Leak Test. Each Container Shall Be Prepared For Testing By Sealing All Breathing Devices And Inserting Suitable Pressurized Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. Each Container, Uninstrumented And Without Dummy Load, Shall Then Be Subjected To A Single 18 Inch Flat Drop. The Pneumatic-pressure Technique Of Method 5008 Of Federal Test Method Standard No. 101c Shall Be Used To Detect Leakage. An Initial Setting Equal To 0.5 + 0.1 - 0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure Over A 30 Minute Period That Exceeds 25% Of The Stabilized Pressure Shall Be Cause For Rejection; Tests Shall Be Conducted To Ascertain Sources Of Leaks And Corrective Action Taken. Any Deformation Of The Container Shell While Pressurized Which Is Greater Than Three-quarters Of An Inch Beyond Its Point At Ambient Pressure Shall Also Be Cause For Rejection. Warning Container May Explode Or Fasteners May Fail During Test. Use Protective Barriers To Avoid Injury To Personnel. 4.10 100% Production Leak Tests. Each Container Shall Be Prepared For Testing By Sealing All Breathing Devices And Inserting Pressurizing Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. The Pneumatic - Pressure Technique Of Method 5009 Of Federal Test Method Standard No. 101c Shall Be Used To Detect Leakage. An Initial Pressure Setting Equal To 0.25 + 0.1-0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure In Excess Of 0.05 Psig (adjusted For Changes In Temperature And Barometric Pressure) Shall Be Cause For Rejection. Any Deformation Of The Container Shell, While Pressurized, Which Is Greater Than Three Quarters Of An Inch Beyond Its Point At Ambient Pressure Shall Also Be Cause For Rejection. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Date14 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: The Department Of Veterans Affairs, Networking Contracting Office (nco 01) Located In
providence, Ri Intends To Enter Into A Sole Source Procurement, Pursuant To The Authority Of Far 6.302-1, With Airgas Usa, Llc., For The Following Requirement:
statement Of Work
lease Of Medical Gas Cylinders
this Statement Of Work Describes The Requirements For The Lease, Delivery, Removal, And Filling Of Both Leased And Government Owned Cylinders For Vha Medical Facilities. Base +4 Years
scope Of Work: Providence Va Medical Center Leases Various Medical Gas Cylinders And Needs To Establish A Committed Source For The Leased Cylinders And Supply Services For Medical And Specialty Gases. The Contractor Shall Provide All Labor, Personnel, Equipment, Tools, Materials, Supervision And Other Items And Services Necessary To Perform The Following.
base +4 Years
lease Of Medical Gas Cylinders: Large Cylinders, Small Cylinders And High-pressured Cylinders.
delivery Of Full Cylinders, Clean And Ready For Immediate Patient Use.
removal Of Empty Cylinders To Refill At Their Facility.
1. Equipment
all Cylinders Leased By The Contractor Shall Be Fda Approved For Use, In Good Condition, And Fully Operational.
the Providence Va Medical Center Shall Provide A Suitable Location For The Drop Off For New Cylinders And The Collection Of Used Cylinders. Through The Duration Of The Contract The Contractor Shall Be Liable For The Integrity, Suitability And Safety Of Contractor Owned Tanks.
the Contractor Shall Provide All Tools And Equipment Necessary To Properly And Safely Perform The Services Set Forth Within This Statement Of Work. This Shall Include, But Is Not Limited, To All Personal Protective Equipment (ppe) Which May Be Required For The Work To Be Completed In A Safe Manner. The Contractor Shall Provide Any Equipment Necessary For Proper Infection Control Measures.
2. Salient Characteristics
the Contractor Shall Provide A Fully Functional System That Meets The Following Characteristics:
compressed Gas Cylinders Responsible For Protecting Compressed Gas Quality And Stability, From Fill Through To Point Of Use.
ergonomic User-friendly Cylinder And Valves For Small, Medium, And Mobile Gas Needs.
2. Areas To Be Serviced
department Of Veterans Affairs
providence Va Medical Center
830 Chalkstone Ave
providence, Ri 02908
3. Delivery
delivery Of Requested Items Shall Be Delivered By The Vendor Within Seven (7) Business Day. (specific Delivery Time Per Negotiated Solicitation/contract Within These Defined Time Periods Or By Special Request Per Negotiated Fss Contract) After Receipt Of Request.
cylinders Delivered Must Be Clean, In Good Working Condition, And Available For Immediate Patient Use.
contractor Shall Call Requesting Service When Dropping Off New Cylinders And Removing Empty Cylinders.
an Employee Will Accompany The Contractor To The Oxygen Storage Area.
the Employee Will Verify The Replacement Of New And Removal Of Empty Cylinders.
4. Training
the Contractor Shall Provide Onsite General Overview Technical Training For Clinical And Logistics Staff As Requested. Training Shall Include A Technical Overview Of The Mechanics, And General Operations Of Leased Cylinders. Training Shall Cover Detailed Instruction Regarding The Preventative Maintenance, Troubleshooting, And General Maintenance Of The Equipment.
5. Inspection And Acceptance
the Contractor Shall Conduct A Joint Inspection With An Employee From The Requesting Service Upon Delivery Of Cylinders.
6. Warranty
the Warranty Shall Include All Travel And Shipping Costs Associated With Any Warranty Repair.
7. Task Frequency And Instructions
cylinders Will Be Filled As Needed.
empty Cylinder Quantity Being Returned To The Contractor Should Equal The Number Of Cylinders Being Delivered By The Contractor.
cylinders Delivered Will Be Filled To The Maximum Functional Capacity.
8. Special Work Requirements
the Contractor Shall Comply With Any And All Infection Control Risk Assessment Requirements Deemed Appropriate By The Providence Va Medical Center During All Portions Of The Work Set Forth In The Scope Of Work.
the Contractor Must Comply With Security, Privacy, And Safety Issues In Accordance With Va Standards, Policies, And Directives Set Forth At All Times While Providing The Work Outlined In The Scope Of Work.
9. Property Damage
the Contractor Shall Take All Necessary Precautions To Prevent Damage To Any Government Property. The Contractor Shall Report Any Damages Immediately And Shall Be Assessed Current Replacement Costs For Property Damaged By The Contractor Unless Corrective Action Is Taken. Any Damaged Material (e.g. Trees, Shrubs, Lawn/turf, Curbs, Gutters, Sidewalks, Etc.) Will Be Replaced In A Timely Manner Or Corrected By The Contractor With Like Materials, At No Extra Cost To The Government, Upon Approval Of The Contracting Officer.
10. Attachments
none.
11. Identification, Parking, Smoking, Cellular Phone Use And Va Regulations
the Contractor's Employees Shall Wear Visible Identification At All Times While On The Premises Of The Va Property. It Is The Responsibility Of The Contractor To Park In The Appropriate Desig Nated Park Ing Areas. Information On Parking Is Available From The Va Police-security Service. The Va Will Not Invalidate Or Make Reimbursement For Parking Viola Tions Of The Con Tractor Under Any Con Ditions. Smoking Is Prohibited Inside Any Buildings At The Va. Cellular Phones And Two-way Radios Are Not To Be Used Within Six Feet Of Any Medical Equipment. Posses Sion Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Sub Ject To Search. Violations Of Va Regulations May Result In A Citation Answer Able In The United States (federal) Dis Trict Court, Not A Local District State, Or Municipal Court.
12. Compliance With Osha Bloodborne Pathogens Standard
The Contractor Shall Comply With The Federal Osha Blood Borne Pathogens Standard. The Contractor Shall:
A. Have Methods By Which All Employees Are Educated As To Risks Associated With Blood Borne Pathogens.
B. Have Policies And Procedures Which Reduce The Risk Of Employee Exposure To Blood Borne Pathogens.
C. Have Mechanisms For Employee Counseling And Treatment Following Exposure To Blood Borne Pathogens.
D. Provide Appropriate Personal Protective Equipment/clothing Such As Gloves, Gowns, Masks, Protective Eyewear, And Mouthpieces For The Employee During Performance Of The Contract.
the Naics Code For This Requirement Is 325120.
airgas Usa, Llc Is The Only Contractor Capable Of Satisfying The Statement Of Work Because They Are The Sole Provider Of The Specialty, Medical Air Gas Rental Cylinders.
this Notice Of Intent Is Not A Solicitation Nor Is It A Request For Proposal. However, All
responsible Sources May Submit A Capability Statement Demonstrating The Ability To
provide The Requested Services, In Writing By Friday, January 17, 2025 At 5 Pm Est Time. Responses Should Be Sent To Rosangela Pereira At Rosangela.pereira@va.gov.
information Submitted In Response To This Notice Will Be Used Solely To Determine Whether
competitive Procedures Could Be Used For This Acquisition. A Determination Not To Open
the Requirement To Competition Based Upon Responses To This Notice Is Solely Within The
discretion Of The Government.
Closing Date17 Jan 2025
Tender AmountRefer Documents
Department Of Education Division Of Talisay City Tender
Textile, Apparel and Footwear...+1Furnitures and Fixtures
Philippines
Details: Description 4 Pcs. "alarm Clock, Digital, Overall Dimensions: 13.5 X 8 X 4.5 Cm (approx.) Material: Plastic (pe/abs) Illuminated Lcd Digital Display: Time (12/24), Calendar (mm/dd), Temperature, Alarm Status (on/off), Snooze Display Size: 10 X 5 Cm (minimum), Time Can Be Read 30 Ft Day Time. Runs On Aaa Battery Which Come Together With The Item Smooth Surface, No Sharp Edges, Includes User's Manual Which Contains Operation Procedure, Name Of Parts, Safety Precautions, Trouble Shooting." 100 Pcs. "apron, Polyester-cotton , Bib Apron, Sleeveless Adjustable Neck Loop Material : Polyester - Cotton Fabric Dimension : 70 To 60 Cm (minimum) With 2 Or 3 Pockets Uni-color, Dark No Sharp Edges And Loose Threads" 20 Pcs. "baskets, Laundry 3 - Bag Laundry Sorter, With Wheels Bag: Polyester, Rectangular Shape, Detachable From Frame With Metal Handle And Hanging Hook Bag Dimensions : Rectangular 22 X 15 X 8 Inch (minimum) Frame Material : Corrosion Resistant Steel, Sturdy No Wobble Frame Overall Dimensions : Rectangular, 31 X 30 X15 Inch (minimum) With Four Casters, 2 Inch Diameter (minimum) Smooth Surface, No Sharp Edges" 3 Pcs. "bed, Queen Bed Set, Queen Size (60 X 75 Inch) Rectangular 1) Frame: Knock-down Type, All Steel, Powder Coated Including Head Board, Bare Weight: 20 Kg (minimum) No Wobble And Noise 2) Comes With Fabric Covered Foam 6 Inches Thick Foam Density: 29 -33 Kg/cu.m. 3) No Sharp Edges" 4 Pcs. "bed, Single Size (w36 X L75 Inch) Rectangular 1) Frame: Knock-down Type, All Steel, Powder Coated Including Head Board, Bare Weight: 13 Kg (minimum) No Wobble And Noise 2) Comes With Fabric Covered Foam 6 Inches Thick Foam Density: 29 -33 Kg/cu.m. 3) No Sharp Edges" 4 Pcs. "board, Ironing Type: Foldable Type Ironing Board Body Shape : Standard Material : 25 Mm Tubing Approx., 0.8 Mm Thickness Board Size: 32 Inches (minimum ) Body Size :120 Cm X 30 Cm X 5 Cm Color : Any Comes With Box No Sharp Edges" 40 Pcs. "boots, Safety, Plastic Upper Material: Elastic Pvc Sizes: 7 Inches - 5pcs 8 Inches - 5pcs 9 Inches - 5pcs 10 Inches -5pcs 11 Inches - 5pcs Height: 13 To 14 Inches Plain Toe Type Of Boots: Unisex Rain Boots With Rugged Tractor Lug Outsole Packed With Carton Box Per Size" 20 Pcs. "brush, For Housekeeping Brush, Floor Scrubbing, Angled Long Handle Bristle Material : Plastic, Stiff Handle Material : Metal Tubular Corrosion Reistant, Overall Length : 120 Cm. (minimum) Bristle Length : 5 Cm (=/- 1cm) Scrubbing Surface : 25 X 6 Cm (+/-1 Cm) No Sharp Edges" 20 Pcs. "water Bucket Bucket Material : Hard Plastic, Round Body Capacity : 10 To 12 Liters Handle Material : Steel Smooth And Glossy Surface, No Sharp Edges" 4 Pcs. "caddy, Toilet Carrying Caddy For Toilet Cleaning Supplies Holds Spray Bottles And Other Cleaning Supplies, No. Of Compartments: 3 (minimum) Material :plastic Tray Depth: 11 Cm (approx.) Overall Dimension: 36 X 26 Cm (approx.) Smooth Surface, No Sharp Edges" 4 Pcs. "carpet Sweeper, Cordless Electric Motorized Single Brush Roll (removable) Body Material : Hard Plastic ,(abs) Or Its Equivalent, Any Color Equipped With Rechargeable Battery (16 Minutes Run Time On Carpet), Removable Dirt Box Sweep Width : 8 Inches (minimum) Capacity (volume) : 0.35 Lit.(minimum) Handle: Metal, Powder- Coated, With Plastic/rubber Grip, Swivel Steering Assembled Height: 44 Inches (minimum) Comes With Battery Charger 220/240vac, 50/60hz With Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) No Sharp Edges Includes User's Manual Which Contains Operation Procedure, Name Of Parts, Safety Precautions, Trouble Shooting" 4 Pcs. "housekeeping Cart Trolley Equipped With Three-shelves With Steel/laminated Panels Single Door, Top Layer With Divider, Bag Holder, And 4 Wheels Cart Frame: Steel, Powder Coated Wheels: 2non-swivel 2 Swivel, 6 Inch Diameter, Non-markings Overall Dimensions : Rectangular 90 X 48 X 1010 Cm (minimum) Comes With Accessory Linen Bag Smooth Surface, No Sharp Edges" 20 Pcs. "caution Sign, A Shape-2 Panel Self Standing, With D-handle, Collapsible For Easy Storage Material : High Impact Plastic, Panel Dimension : Rectangular (lxw) 55-65 Cm X 25 X 61 0m (minimum), Panel Depth : 2 Cm (minimum) Color : Yellow Print Description : ""caution: Wet Floor"" On One Side ""cleaning In Progress On The Other Side, Both Messages Provided With Graphics Printed In Black. Font Size: 100 -120 Mm X 50 -70 Mm, Arial Smooth Surface, No Sharp Edges" 40 Pcs. "lint Free Cleaning Cloths Material : Cotton Dimensions : Rectangular 16 X 26 Inch" 4 Pcs. "coffee Maker, Electric Material: Metal, Plastic, Glass Capacity: 6 Cups (minimum) Detachable Tank, With Water Level Indicator Non-stick Warming Plate : Removable And Washable Filter Non-drip Valve : Lighted On/off Switch Power Supply: 220 V -240 V Ac 50/60 Hz , 500w Minimum Comes With A Heat Resistant Glass Pitcher With A 1 Meter (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, Safety Guide. 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines." 20 Pcs. "dust Pan, Upright Standing Material: Plastic Overall Length: 65 Cm (minimum) Pan: Round Back, 24 X 26 X 9 Cm (minimum) Smooth Surface, No Sharp Edges" 20 Pcs. "anti-static Duster Duster Material : Polypropylene Micro Fiber Duster: Length : 30 Cm (minimum), Overall Length: 50 Cm (minimum) Handle Material : Hard Plastic, No Sharp Edges" 12 Pcs. "stand Fan, Electric Material: Metal, Plastic Size/diameter: 18 Inches Power Rating: 70 Watts (minimum), 220 / 240 Vac, 50 / 60 Hz, Single Phase Rotation Angle: 90 Degrees Base: Stable, 16 Inches Diameter (approx.) Removable Metal Guard On Front And Rear 3-speed Settings Comes With 1.5 Meters Power Cord And With Molded Male Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 1 Year Warranty Parts And Service" 10 Pcs. "fire Extinguisher (with Contents) 1.for Type A, B, C Fire: Dry Chemicals (monoammonium Phosphate) 2.portable Type 3.capacity : 5 - 6 Kgs 4.rechargeable Cylinder Metal 5.working Pressure Of Cylinder : 400 Psi 6.brass Valve With Pressure Gage 7.with Rubberized Hose And Aluminum Nozzle Attached 8.with Squeeze Lever To Discharge And Safety Pin 10.painted With Metal Primer And Red Enamel Paint 11.includes With User's Guide In English That Contains: A. Operating Procedure On How To Use The Equipment B. Safety Precaution When Using The Equipment 12.1 Year Warranty Parts And Service 13.the Item Must Be Branded And Have Good Quality" 20 Pcs. "flashlight Led 1,000 Lumens (minimum), Color : White , Battery: Rechargeable, At Least 3,500 Mah , Can Be Used Also With 3 X Aaa Batteries; Body: Aluminum Alloy, No Sharp Edges Dimensions : 5 Inches X 1 Inch Diameter (minimum) Operating Duration Of Battery When Fully Charged : At Least 2 Hours; Includes 220/240vac, 50/60hz Power Adapter /charger And User's Manual In English Which Includes: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures Branded, With 1 Year Warranty " 4 Pcs. "clothes Flat Iron, Electric Material : Metal /plasic Body, Heat-resistant Plastic Handle, Aluminum Sole Overall Dimension : (l X W X H) 25 Cm X 12 Cm X 12 Cm (minimum) Power Rating : 220/240 Vac, 50/60 Hz; 1000 Watts (minimum) Equipped With Light Indicator, Variable Temperature Control, Overheat Protection, Power Cord And Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges, Comes With English Manual That Contains : Users Guide, List Of Parts, Maintenance Guide, Safety Guide. The Item Must Be Branded, With Dti-bps Certification 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines." 40 Pcs. "foam, Scrubbing 1. Material: Cellulose And A Scouring Pad On One Side 2. Dimension: Length : 140 - 180 Mm ; Width : 80 - 100 Mm ; Thickness : 12 - 20 Mm 3. The Item Must Be Of Good Quality" 8 Pcs. "garbage Receptacles 1.bucket / Tub Material : Hard Plastic, (ps) Polystyrene 2.bucket / Tub Color : Any Color 3.capacity (gallons) : 3 Gal. (minimum) Comes With A Cover 4.the Item Must Have Good Quality" 100 Pcs. "gloves, Rubber 1.heavy-duty Latex-free Vinyl Rubber Gloves 2.thickness : 4 Mil 3.color : Any Color 4.size : Medium 5.other Features: Acid/solvent Resistant. 6.the Item Must Be Of Good Quality" 60 Pcs. "safety Goggles, Clear Polycarbonate - One Piece Lens With 180° Panoramic View, Non-fog Size/dimension: L 17 - 18.5 Cm X W 8 Cm X D 5-7.5 Cm High Impact Resistant, Ansi ""z87"" Compliant Firm And Comfortable Seal Around Forehead, Cheeks, Nose And Temples Protects Against Splash, Chemicals, Dust Adjustable Head Strap Shall Bear Mark Z87 Embossed Or Engraved Or Etched On The Item. Smooth Surface, No Sharp Edges" 8 Pcs. "electric Hairdryer, With Concentrator Nozzle Two Heat Setting And 1 Speed (minimum) Rating : 220/240 Vac, 1200 W (minimum) Body Length Including Nozzle: 20 Cm Folding Handle Design, With Hanging Ring Smooth Surface, No Sharp Edges Branded, Brand Name And Electric Rating Permanently Mark On The Item, With Dti-bps Certification With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. With Service Centers Located In Major Cities In The Philippines. 1 Year Warranty(parts & Service)" 8 Pcs. "water Hose Material: Pvc Fiber Reinforced, Three (3) Layers; Any Color; Hose Length: 50 Feet; Hose Diameter: 5/8 Inches; Pressure Capacity: 200 Pounds Per Square Inch (minimum); Fitted With Male And Female Brass Couplers (nh, 11.5 Tpi) For Spray Nozzle No Sharp Edges" 8 Pcs. "electric Kettle Cordless (with Pouring Spout), Hinged Lid, Detachable From And Can Rotate On Its Corded Base Material : Round Stainless Body, Plastic Handle, Lid And Base Capacity : 1.5 To 2 Liter Automatic Shut - Off, With Power Indicator Light Power Rating: 220//240vac, 50/60hz, 1000 -1600 Watts Base With A 50 Cm (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges; Dti-bps Certified Comes With English Manual That Contains: Operation Procedure, Maintenance And Safety Guide. The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item." 20 Pcs. "3 - Bag Laundry Sorter, With Wheels Bag: Polyester, Rectangular Shape, Detachable From Frame With Metal Handle And Hanging Hook Bag Dimensions : Rectangular 22 X 15 X 8 Inch (minimum) Frame Material : Corrosion Resistant Steel, Sturdy No Wobble Frame Overall Dimensions : Rectangular, 31 X 30 X15 Inch (minimum) With Four Casters, 2 Inch Diameter (minimum) Smooth Surface, No Sharp Edges" 8 Pcs. "emergency Light, 2 Heads Led Materials: Metal, Anti-rust Coated Duration Time (2 Heads): 5 Hours (minimum) Automatically Light Up During Power Outage Overcharge And Over- Discharge Protection Built - In Ac Charger, Power Cord Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Battery Test Switch - External Safety Fuse Head: White Led 1w (minimum) 3.5 "" Dome Reflector Power Rating: 220 -240 Vac , 50/60 Hz 20-24 Hours Charge Time Dimensions: Rectangular 27 X 7 X 27 Cm (approx.) Sooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item" 4 Pcs. "wall Mirror With Frame Flat Glass Mirror, 2 Mm Thick (minimum), Clear With No Distortion Frame: Wood Or Plastic Commercial Finish Rectangular Shape, 3600 Sq.cm (minimum) Includes Mounting Accessories Smooth Surface, No Sharp Edges" 21 Pcs. "mop, Handle And Mop Head Set, Refillable Head Handle: Aluminum Or Anti-rust Coated Steel, With Hard/stiff Plastic Mop Head Holder, Clip Type With Tightening Knob Overall Handle Dimension: 130 X 19 Cm (minimum) Mop Head: Cotton Thread/yarn, Sewn Tailband, L 34 X 16 X 4 Cm (minimum), White Handle: Plated Steel Tube Or Wood, Length : 40 (minimum), No Sharp Edges" 4 Pcs. "electric Floor Polisher With Accessories Material: Stainless Steel, Aluminum Alloy Handle: Stainless Tube, Adjustable Height 1 Meter Long (approximate), With Dual Switch Lever Size/capacity :13 Inch (minimum) Diameter Power Supply: 220/240 Vac, 50/60 Hz. Power: 1/3 Hp (minimum) Rotation Speed : 160 Rpm (minimum) Heavy Duty (royal) Power Cord Length : 12 Meters (minimum) With Type A Plug (or Providing 10a Plug Adapter Is An Option) With Pair Of Rubber Wheels, Smooth Surface, No Sharp Edges Comes With Pad Holder, 2 Pcs - Polishing Brush And 3 Pcs - Floor Polishing Pads Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures Branded, Brand Name And Electric Rating Permanently Mark On The Item, With 1 Year Warranty Parts And Service The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market." 4 Pcs. "shelving, Open, Knockdown Type, Adjustable Shelves Metal Powder Coated Frame Number Of Shelves : 5 Overall Dimensions : 85 X 30 X 180 Cm(minimum) Sturdy Connection, No Wobble Smooth Surface, No Sharp Edges" 40 Pcs. "dish Sponge, Cellulose, Non-scratch Dimensions : 5 X 3 X 1 Inch (minimum) Branded" 23 Pcs. "barber/salon Spray Gun Material: Hdpe Transparent Plastic Capacity: 300 Ml.(minimum) Trigger Type Sprayer Dimension: Diameter :7 Cm. X Height: 16.3 Cm (minimum) Rotating Nozzle To Adjust Spray Patterns Smooth Surface, No Sharp Edges Must Be Branded" 8 Pcs. "squeegee, Short Handle Head/blade Material: Stainless, Rubber Handle: Plastic Or Stainless Steel Blade Length: 25 - 30 Cm Overall Length (handle And Head) 20 - 32 Cm No Sharp Edges " 8 Pcs. "mop Bucket With Squeezer/wringer And Wheels Hand Lever To Squeeze, Made Of Metal, With Hand Grip Material : Hard Plastic, (ps) Polystyrene Or Its Equivalent Capacity : 30 L (minimum) Overall Dimension (excluding Handle: ( L X W X H ) 40 X 27 X 57 Cm (minimum) Color : Yellow With 3 Inches Non-marking Rubber Casters ""caution"" Printed In Black On Both Sides Of The Mop Bucket Smooth Surface, No Sharp Edges" 4 Pcs. "step Ladder Material: Aluminum U Channel Capacity: 250 Lbs (minimum) Type: Flatform Type Number Of Step: 6 (including Top Step) Reach Height: 6 To 8 Feet(minimum) Width: 15 Inches Minimum Spread: 4 Feet (minimum) Twin Steps With Gripped Treads To Prevent Slipping Step Braces On Top And Bottom Step Heavy Duty Aluminum Foot Bracket With Slip-resistant Foot Pad With User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, Branded" 4 Pcs. "electric Vacuum Cleaner, Wet And Dry Function, Sucks Even Screws, With 4 Swivel Caster Wheels Material : Hard Plastic, (abs) Or Rust Proof Body Equivalent Power Supply : 220/240vac, 50/60hz, 1000 Watts (minimum) Auto Shut Off Tank Capacity : 20 Liters (minimum) Equipped With Complete Accessories I.e., Detachable Vacuum Hose Assembly (flexible Non-kink), Extension Tubes/wands, Carpet (long Square) Brush Nozzle, Wet And Dry Floor Brush Nozzle, Crevice Nozzle, Hepa Filter, Sponge Filter/washable Cloth Bag. Comes With 4 Meters (minimum) Heavy Duty (royal) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. The Item Must Be Branded, Brand Name And Electric Rating Permanently Mark On The Item. 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines. The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market." 4 Pcs. "washer, Laundry 1. Front Load Electric Washer, Laundry 2. Electronic Control, Digital Indicator Display , Transparent Glass Door 3. Body Material : Steel, Powder Coated, Any Color 4. Dimensions (wxdxh): 590 Mm (minimum) X 490 Mm (minimum) X 820 Mm (minimum) 5. Drum Material : Stainless Steel 6. Capacity : 8 Kg (minimum) 7. Spin Speed : 1200 Rpm (minimum) 8. Power Rating: 220 /240vac, 50/60 Hz. 9. Comes With A 1 Meter (minimum) Heavy Duty Power Cord With Male Plug To Adapt Type A Outlet (or Providing 20a Plug Adapter Is An Option) 10. Smooth Surface, No Sharp Edges 11. With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 9.includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures 12.the Item Must Be Branded, Dti-bps Certified, 1 Year Warranty Parts And Service 13. With Service Centers Located In Major Cities In The Philippines. 14.the Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market." 8 Pcs. "white Board, Floor Standing, Rolling Board: White Formica Laminated, Plane Will Not Deform. Board Size: Rectangular 1800mm W X 1000 To 1200mm H, Board Edges Secured With Aluminum Clip Edging 17 Mm (minimum) Wih Plastic Corner Caps Comes With Metal Tray For Marker And Eraser The Stand And Frame Are Constructed With Aluminum Or Powder Coated Steel 25mm Square Tube (minimum), Sturdy, No Wobble With 4 Lockable Hard Plastic Caster Wheels Overall Height From Floor: 210 To 214cm Smooth Surface, No Sharp Edges"
Closing Date31 Jan 2025
Tender AmountPHP 1.3 Million (USD 22.2 K)
BATANGAS STATE UNIVERSITY PABLO BORBON Tender
Electronics Equipment...+1Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Ict Equipment For Ict Services" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Ict Equipment For Ict Services" With An Approved Budget For The Contract (abc) Six Hundred Ninety-four Thousand Three Hundred Seventy-six Pesos Only (php 694,376.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1. 2 Unit 360 Camera In The Box: Insta360 One X2 Battery Charge Cable Protective Pouch Quickstart Guide Warranty Card Aperture: F2.0 35mm Equivalent Focal Length: 7.2mm Ev: ±4ev Iso: Auto, 100-3200 Wb: Auto, 2700k, 4000k, 5000k, 6500k, 7500k Photo Resolution: 360: 6080x3040 (2:1) Pano: 4320×1440 (3:1) Video Resolution: 360: 5.7k@30fps, 25fps, 24fps 4k@50fps, 30fps 3k@100fps Wide Angle (steady Cam Mode): 2560x1440@50fps, 30fps 1920x1080@50fps, 30fps Photo Format: Insp (can Be Exported Via Mobile App Or Desktop Studio), Raw (dng, Must Be Edited On Desktop) Video Format: Steady Cam: Mp4 360: Insv Photo Modes: Standard, Hdr, Burst, Interval, Night Shot, Pureshot, Instapano Video Modes: Standard, Hdr, Timelapse, Timeshift, Bullet Time, Steady Cam Exposure Modes: Photo Shoot Auto, Manual (shutter 1/8000s-120s, Iso 100-3200), Shutter Priority (1/8000s-1s), Iso Priority (100-3200), Isolated Exposure Video Shoot Auto, Manual (shutter 1/8000s-1/30s, Iso 100-3200), Shutter Priority (1/8000s-1/30s), Iso Priority (100-3200), Isolated Exposure Video Coding: H.264, H.265 Video Bitrate: 100mbps Gyroscope: 6-axis Gyroscope Audio: Wind Reduction, 360 Direction Focus Compatible Devices: Ios Devices: Compatible With Ios Mobile Devices With Chips A11 Or Above And Ios Version 10.0 Or Above , Including Iphone Se 2, Iphone 8, Iphone 8p, Iphone Xr, Iphone Xs, Iphone Xs Max, Iphone X, Iphone 11, Iphone 11 Pro, Iphone 11 Pro Max, Iphone 12, Iphone 12 Pro, Iphone 12 Pro Max, Iphone 12 Mini, Ipad Air(2020), Ipad Pro And Newer Ipad Models. Android Devices: Compatible With Android Mobile Devices That Meet The Following Capabilities, Including: • Android Devices With Kirin 980 And Above Chips, Including Huawei Mate 20, P30 Or Newer Models. • Android Devices With Snapdragon 845 And Above Chips, Including Samsung Galaxy S9, Xiaomi Mi 8 Or Newer Models. • Android Devices With Exynos 9810 And Above Chips, Including Samsung Galaxy S9, S9+, Note9 And Newer Models. Note: 1. Devices That Do Not Meet The Above Requirements Can Possibly Still Use The App To Control The Camera, However, Performance Of Some Processor-intensive And Aipowered Features May Be Sub-optimal. 2. After Testing, Phones Equipped With Qualcomm Sdm765 5g Chips Have Poor Hardware Decoding Capabilities And Are Not Supported For Use, Such As Oppo Reno 3 5g. 3. The Installation Of The App Requires A Mobile Phone With A 64-bit System, A 32-bit System Does Not Support The Installation Of The App. Bluetooth: Ble 4.2 Wi-fi: 802.11a/b/g/n/ac Usb : Type-c * Note: This Version Only Supports Wired Connection To Android Devices (via Microusb Or Type-c). It Does Not Support Wired Connection To Ios Devices. Full Wireless Support Is Available For Both Ios And Android. Micro Sd Card: Uhs-i V30 Speed Class, Exfat Format Sd Cards With A Max Storage Of 1tb Are Recommended. Battery Capacity: 1630mah Charging Method: Type-c Charging Time : 85 Minutes Use Environment: -4°f To 104°f (-20? To 40?) Weight: 149g (5.25oz) Dimensions: (w X H X D) 4.62 X 11.30 X 2.98 Cm (1.82 X 4.45 X 1.17in) Run Time: 5.7k@30fps – 80 Minutes Color Profiles: Vivid, Standard, Log 50,000.00 2. 1 Unit Document Scanner With Adf - Scan At Speeds Up To 65ppm/130ipm (one-pass Duplex) - Scan Up To A3 - Scan From 27gsm To 413gsm - 1.44" Colour Lcd - Paper Protection Function Scanner Type: A4 Sheet-fed, One-pass Duplex Colour Scanner Sensor Type: Contact Image Sensor (cis) Scanning Method: Fixed Carriage & Moving Document Light Source: Rgb Led Optical Resolution: 600 X 600 Dpi *1 Output Resolution: 50 - 1,200 Dpi (in 1 Dpi Increments) Bit Depth: Each Colour (rgb): 10 Bit Input / 8 Bit Output Min Document Size: 50.8 X 50.8 Mm Max Document Size: 215.9 X 6,096 Mm Supported Paper Weight: 27 - 413 G/m2 (a8 Or Less 127 - 413 G/m2) Adf Capacity: 100 Sheets (80g/m2) Daily Scan Volume: Up To 7,000 Pages / Day Multi-feed Detection: Ultrasonic Sensor And Length Detection Interface: Usb 3.0 48,000.00 3. 6 Lot Door Access Control - 4.3 Inch Glass Touch Screen With A Resolution Of 480 X 272 - 2-mp Wide-angel Dual-lens Camera With Ir Illumination And Dwdr - Support Visitor Qr Code With Dss Pro Platform - Recognized Face 0.3m To 1.5m Away Magnetic Lock , L & Z Bracket, Power Supply, Exit Button, Emergency Break Glass Dhi-dss Pro8 Door Base License (16 Door Max) Electrical Materials,and Other Accessories Utp Cables Labor Charge Mobilization, Transportation, Allowance, Board And Lodging Dhi-dsspro8 Add On Liscences 445,176.00 4. 1 Unit Id Card Printer General Features Single-side Print Module Color Sublimation, Monochrome Thermal Transfer Printing Resolution: 260 X 300 Dpi 2 Million Colors 16 Mb Of Memory (ram) Printable Area: Edge-to-edge Printing Speed Color (ymcko) : 38 S/card - 95 Cards/h Black : 11 S/card- 325 Cards/h Ports/connectivity Usb 2.0 (usb 1.1 And 3.0 Compatible) Security Space For Kensington® Security Lock Eco-design, Certifications And Declaration Of Conformity Extended Standby Mode And Reduced Electricity Consumption Ce, Ccc, Kcc, Vcci, Fcc, Ices, Bis, Eac Rohs Power Supply Power Supply Unit: 100-240 V Ac, 50-60 Hz, 1.7 A Printer: 24 Volts Dc, 2.71 A Management And Card Features Card Feeder Capacity: 25 Cards (0.76 Mm) To 40 Cards (0.50 Mm) Output Hopper Capacity: 25 Cards(0.76 Mm) To 40 Cards (0.50 Mm) Card Thickness: 0.50 To 0.76 Mm, Automatic Adjustment Of The Gauge Card Type: Pvc Cards Card Format: Iso Cr-80 – Iso 7810 (53.98 X 85.60 Mm) Included In The Solution: • Pack Of 100 Pvc Cards 0.7 Mm Printing Ribbons Included In The Solution: • 2 Ymcko: 100 Prints/ribbon • 2 Monochrome Black Ribbon:500 Prints/ribbon 51,200.00 5. 1 Bundle Rackmount Ups With Extended Battery Run (3kva) > Rackmount Ups: Ac Surge Joule Rating: 440 J Ratings (va/w): 3000/2700 Nominal Voltage: 230 Vac Range: 120-300 Vac Frequency: 40-70 Hz Waveform: Sine Wave Battery Type: 12v, 9 Ah Valve-regulated, Nonspillable, Lead Acid Operating Temperature, °c (°f): 0 To 40 (32 To 104) Storage Temperature, °c (°f): -20 To 50 (-4 To 122) Relative Humidity: Non-condensing Operating Elevation: Noise Leve: 55 Dba Max @ 1m What's In The Box: Ups, Quick Start Guide/user Manual, 2x Iec-320-c13 C14 Output Cable, Monitoring/shutdown Software(cd), Usb Cable, Tower Stand/support Base, Fixed Mounting Rails, Screws And Front Ears, Safety/warning Sheet Or Regulations, Input Power Cable (iec320 Schuko To Iec320 C19, 1.8m), Input Power Cable (bs1362 To Iec320 C19, 1.8m), Input Power Cable (aus To Iec320 C19, 1.8m) Warranty: 2 Years > External Battery: Battery Technology: Sealed Lead Acid (vrla) Supported Number Of Batteries/batteries: 2 Battery/battery Voltage: 12v Battery Capacity: 9 Ah Compatibility: Gxtrt-1000irt2uxl Storage Humidity: 10 - 90 Percent Operating Temperature (tt): 0 - 40 °c Storage Temperature: -20 - 50 °c Altitude, Operating: 0 - 2000 M Operating Relative Humidity (vv): 20 - 95 Percent What's In The Box: 1x Vertiv Liebert Gxtrtebc24vrt2u Ups, Battery Module, Dc/battery Cable, Rail Kit + Screws, Tower Stand/feet Warranty: 2 Year 100,000.00 Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The 2nd Floor Jose Rizal Bldg., Gpb Main Campus I, Rizal Avenue, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of February 17, 2025. E-mail : Procurement.pb.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Joseph D. Mendoza Head, Procurement Office 2nd Floor Jose Rizal Bldg., Gpb Main Campus I, Rizal Avenue, Batangas City (043) 779-8400 To 8406 Loc 1830 / 0960-3380495
Closing Date17 Feb 2025
Tender AmountPHP 694.3 K (USD 12 K)
Municipality Of Sibonga, Cebu Tender
Civil And Construction...+1Water Storage And Supply
Corrigendum : Closing Date Modified
Philippines
Details: Description The Municipality Of Sibonga Through The General Fund Fy 2024 Intends To Apply The Sum Of Two Hundred Twenty-five Million Pesos Only (225,000,000.00), Construction/expansion Of Sibonga Water System (level Iii) In Barangay Lamacan, Poblacion, Lindogon, Simala, Sabang, Guimbangco-an, Candaguit, Abugon, Mangyan, Tubod, Bahay, Bagacay & Magcagong, Sibonga, Cebu, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot. Bid Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. Work Description Quantity Unit 1. General Requirements 1.1. Mobilization/demobilization 1 Unit 1.2. Contractors Field Office 20 Months 1.3. Signages & Barricades 1 Unit 1.4. Material Testing 1 Unit 1.5. Permits & Clearance (nwrb, Ecc & Dpwh Permits) 1 Unit 1.6. Project Billboards 2 Units 1.7. Construction Health & Safety 20 Months 2. Source Development 2.1. System 1 Spring Development (lamacan) 1 Lot 2.2. System 2 (well Drilling Including Submersible Pump At Simala) 1 Lot 2.3. System 4 (well Drilling Including Submersible Pump At Abugon) 1 Lot 2.4. System 4 (well Drilling Including Submersible Pump At Sabang) 1 Lot 2.5. System 5 (well Drilling Including Submersible Pump At Bagacay) 1 Lot 2.6. System 5 (well Drilling Including Submersible Pump At Bahay) 1 Lot 3. Construction Pipes 3.1. System 1: Pipe Laying/jointing 3.1.1. Hardrock Excavation 4,364 Cu.m 3.1.2. Sand Bedding 138 Cu.m 3.1.3. 8” Pe Pipe Sdr 13.6 4,021.65 Lm 3.1.4. 6” Pe Pipe Sdr 13.6 273.54 Lm 3.1.5. 4” Pe Pipe Sdr 13.6 2,761.74 Lm 3.1.6. 3” Pe Pipe Sdr 17 4,338.11 Lm 3.1.7. 2” Pe Pipe Sdr 17 7,207.7 Lm 3.1.8. Pipe Fittings 82 Units 3.1.9. Thrust Block 5 Cu.m 3.1.10. Disinfection 18,603 Lm 3.1.11. Backfilling 3,077 Cu.m 3.1.12. Hydrotesting 18,603 Lm 3.1.13. Transporting/disposing Of Unused Materials 1,287 Cu.m 3.2. System 2: Pipe Laying/jointing 3.2.1. Hardrock Excavation 2,402 Cu.m 3.2.2. Sand Bedding 77 Cu.m 3.2.3. 6” Pe Pipe Sdr 13.6 2,918.37 Lm 3.2.4. 4” Pe Pipe Sdr 13.6 984.33 Lm 3.2.5. 3” Pe Pipe Sdr 17 5,787.26 Lm 3.2.6. 2” Pe Pipe Sdr 17 702.27 Lm 3.2.7. Pipe Fittings 24 Unit 3.2.8. Thrust Block 3 Cu.m 3.2.9. Disinfection 10,393 Lm 3.2.10. Backfilling 1,703 Cu.m 3.2.11. Hydrotesting 10,393 Cu.m 3.2.12. Transporting/disposing Of Unused Materials 699 Cu.m 3.3. System 4: Pipe Laying/jointing 3.3.1. Hardrock Excavation 6,020 Cu.m 3.3.2. Sand Bedding 163 Cu.m 3.3.3. 8” Pe Pipe Sdr 13.6 1,745.31 Lm 3.3.4. 6” Pe Pipe Sdr 13.6 7,941.85 Lm 3.3.5. 4” Pe Pipe Sdr 13.6 3,536.96 Lm 3.3.6. 3” Pe Pipe Sdr 17 3,914.56 Lm 3.3.7. 2” Pe Pipe Sdr 17 1,369.37 Lm 3.3.8. Pipe Fittings 81 Units 3.3.9. Thrust Block 5 Cu.m 3.3.10. Disinfection 18,509 Lm 3.3.11. Backfilling 4,267 Cu.m 3.1.12. Hydrotesting 18,509 Lm 3.1.13. Transporting/disposing Of Unused Materials 1,987 Cu.m 3.4. System 5: Pipe Laying/jointing 3.4.1. Hardrock Excavation 8,998 Cu.m 3.4.2. Sand Bedding 240 Cu.m 3.4.3. 6” Pe Pipe Sdr 13.6 13,745.34 Lm 3.4.4. 4” Pe Pipe Sdr 13.6 7,287.47 Lm 3.4.5. 3” Pe Pipe Sdr 17 3,303.80 Lm 3.4.6. 2” Pe Pipe Sdr 17 2,774.65 Lm 3.4.7. Pipe Fittings 49 Unit 3.4.8. Thrust Block 7 Cu.m 3.4.9. Disinfection 27,112 Lm 3.4.10. Backfilling 6,466 Cu.m 3.4.11. Hydrotesting 27,112 Cu.m 3.4.12. Transporting/disposing Of Unused Materials 2,532 Cu.m 4. Assemblies 4.1. Stub-out 4.1.1. System 1 A. 25mm Dia. 3 Set B. 50mm Dia. 8 Set 4.1.2. System 2 A. 25mm Dia. 3 Set B. 50mm Dia. 5 Set 4.1.3. System 4 A. 25mm Dia. 5 Set B. 50mm Dia. 8 Set 4.1.4. System 5 A. 25mm Dia. 3 Set B. 50mm Dia. 8 Set 4.2. 25mm Air Release Valve 4.2.1. System 1 2 Set 4.2.2. System 2 2 Set 4.2.3. System 4 8 Set 4.2.4. System 5 3 Set 4.3. Blow-off 4.3.1. System 1 150mm Dia. 1 Set 4.3.2 System 2 100mm Dia. 2 Set 75mm Dia. 3 Set 4.3.3 System 4 200mm Dia. 1 Set 150mm Dia. 2 Set 50mm Dia. 3 Set 4.3.4 System 5 150mm Dia. 2 Set 100mm Dia. 2 Set 75mm Dia. 2 Set 50mm Dia. 2 Set 4.4. Fire Hydrant 4.4.1. System 1 1 Set 4.4.2. System 2 1 Set 4.4.3. System 5 1 Set 4.5. Flow Meter / Discharge Assembly 4.5.1. System 1 1 Set 4.5.2. System 2 1 Set 4.5.3. System 4 2 Set 4.5.4. System 5 2 Set 5. Concrete Works 5.1. Reservoir 5.1.1. System 1 200 Cubic Meters 200 Cu.m 5.1.2. System 2 150 Cubic Meters 150 Cu.m 5.1.3. System 4 250 Cubic Meters 250 Cu.m 50 Cubic Meters 50 Cu.m 5.1.4. System 5 250 Cubic Meters 270 Cu.m 50 Cubic Meters 50 Cu.m 5.2. Chlorinator House Incl. Equipment 5.2.1. System 1 1 Set 5.2.2. System 2 1 Set 5.2.3. System 4 1 Set 5.2.4. System 5 1 Set 5.3. Pump Control House 5.3.1. System 2 1 Set 5.3.2. System 4 2 Set 5.3.3. System 5 2 Set 5.4. Demolition And Restoration Of Pavement 5.4.1. System 1 1 Set 5.4.2. System 2 1 Set 5.4.3. System 4 1 Set 5.4.4. System 5 1 Set 6. Power Supply; Transformer With Complete Accessories 6.1. System 2 1 Lot 6.2. System 4 2 Lot 6.3. System 5 2 Lot The Municipality Of Sibonga Now Invites Bids For The Abovementioned Procurement Project. Completion Of The Works Is Required Within Six Hundred (600) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Interested Bidders May Obtain Further Information From The Municipality Of Sibonga And Inspect The Bidding Documents Or One May Call The Secretariat At (032) 486-0551 From Monday To Friday 8:00 A.m To 5:00 P.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9 – February 4, 2025 At Municipality Of Sibonga, Poblacion, Sibonga, Cebu And Upon Payment Of A Nonrefundable Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of Php. 50,000.00 To The Municipal Treasurer’s Office. The Municipality Of Sibonga Will Hold A Pre-bid Conference On January 20, 2025 (10:00 A.m) At Multi-purpose Building, Bac Office, Poblacion, Sibonga, Cebu Which Shall Be Open To Prospective. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Municipality Of Sibonga, Multi-purpose Building, Bac Office, Poblacion, Sibonga, Cebu On Or Before February 4, 2025 (10:00 A.m). Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 4, 2025 (10:00 A.m) At Multipurpose Building, Bac Office, Poblacion, Sibonga, Cebu. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Municipality Of Sibonga Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With 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.
Closing Date4 Feb 2025
Tender AmountPHP 225 Million (USD 3.8 Million)
Province Of Misamis Oriental Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Lgsf-sbdp Intends To Apply The Sum Of Twenty Nine Million Nine Hundred Ninety Nine Thousand Five Hundred Sixty Seven And 18/100 (php 29,999,567.18) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Water Supply And Sanitation Projects-construction Of Bulk Water Supply Project In The Barangay Of Samay , San Juan, Linabu, And Blanco, Municipality Of Balingasag, Province Of Misamis Oriental, Under Purchase No. 3498-24 Dated December 18, 2024. Description Of Works Part I. Other General Requirements B.5 Project Billboard/signboard B.7(1) Occupational Safety And Health Program B.9 Mobilization/demobilization Part Ii. Civil, Mechanical, Electrical And Sanitary/ Plumbing Works Part A. Construction Of Intake Box 900(1)c1 Structural Concrete, Class “a” (28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Falseworks 1047 Metal Structures Part B. Construc Tion Of Ground Reservoir 803(1)a Structure Excavation 804(1)a Embankment (from Structure Excavation) 804(4) Gravel Fill 900(1)c1 Structural Concrete, Class “a” (28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Falseworks 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel, 100mm) 1027(1) Cement Plaster Finish 1032(1)a Painting Works (masonry/ Concrete) Part C. Construction Of Holding Tank 803(1)a Structure Excavation 804(4) Gravel Fill 900(1)c1 Structural Concrete, Class “a” ( 28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Falseworks 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel, 100mm) 1027(1) Cement Plaster Finish 1032(1)a Painting Works (masonry/concrete) Part D. Construction Of Pressure Breaker Tank 803(1)a Structure Excavation 804(4) Gravel Fill 900(1)c1 Structural Concrete, Class “a” (28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Falseworks 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel, 100mm) 1027(1) Cement Plaster Finish Part E. Construction Of Filtration Facility 803(1)a Structure Excavation 804(1)a Embankment (from Structure Excavation) 804(4) Gravel Fill 900(1)c1 Structural Concrete, Class “a” ( 28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Falseworks 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel, 100mm) 1027(1) Cement Plaster Finish 1014(1)b1 Prepainted Metal Sheets Corrugated Type Long Span 1047(1) Structural Steel 1032(1)c Painting Works (steel) 1100 Conduit , Boxes And Fittings 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear & Panel Boards 1103 Lighting Fixtures Part F. Water Supply 1002(1)g Galvanized Iron Pipes With Fittings 1201(12) Valves And Pipes Fittings 1600(2) Pipeline Trench Excavation 1601(1) Fill And Backfill 1602(5) Polyethylene (pe) Plastic Pipes Spl-1 Filtration System With Complete Accessories Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 283 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. 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 A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 10, 2025 To January 30, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php25,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 16, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before January 30, 2025;10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 30, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Closing Date30 Jan 2025
Tender AmountPHP 29.9 Million (USD 511.5 K)
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|||
inspection And Acceptance - Short Version|8|x||x||||||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report ? Certifications Combo ? Receiving Report & Invoice ? Material ||tbd|n00104|tbd|tbd|n50286|tbd|||n/a||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery|one Year From Date Of Delivery|||||
warranty Of Data--basic (mar 2014)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (nov 2023)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (may 2024)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
this Amendment Is Being Issued To Incorporate A New Tdp Version As Paragraph 3.2 Has Been Updated.
all Previous Quotes That Were Submitted Are No Longer Valid.
the Solicitation Closing Date Is Hereby Extended To 18 February 2024.
\
the Closing Date Is Extended To 04 February 2025.
1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg.
2.drawings Can Be Accessed Thru: Beta.sam.gov.
3.navsup Wss Mech Will Be Considering Past Performance In The Evaluation Of Offers. See Clause 252.213-7000.
4.portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference To N00102 Within This Order Should Be Updated To N50286.
5.all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, End 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 Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Here In.
6.the Following Proposed Delivery Schedule Applies:
submission Of All Certification Data Cdrls 20 Days Prior To Delivery.
pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt
final Delivery Of Material (300 Days)
\
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=eb-2000 |96169| C|sp |d|0001 | C|49998|0484385
drawing Data=4384678 |80064| C| |d|0001 | C|49998|1136401
drawing Data=4385049 |53711| D| |d|0001 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0002 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0003 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0004 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0005 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0006 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0007 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0008 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0009 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0010 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0011 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0012 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0013 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0014 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0015 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0016 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0017 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0018 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0019 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0020 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0021 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0022 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0023 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0024 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0025 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0026 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0027 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0028 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0029 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0030 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0031 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0032 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0033 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0034 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0035 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0036 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0037 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0038 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0039 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0040 | D|00026|0000000
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
3. Requirements
3.1 ;seats For A Size 8-inch Ball Valve To Be In Accordance With Naval Ship Systems Command Drawing 4385049 Piece 3 Along With Naval Ship Systems Command General Notes Drawing 4384678, 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 - ;seats (q3), Piece 3;
material - Mc903 (type 6 Cast Nylon Produced With Polyepsilon Caprolactam By The Direct Polymerization Process) As Manufactured By The Polymer Corporation Or Equal In Accordance With Electric Boat Division Specification 2000. (properties Specified Below Only)
item Property Test Method Value
(a) Melting Point Astm E794 Or Astm D3418 221 Deg C +/- 9
(b) Relative Viscosity Astm D789 (notes 1 And 4) 2000 Minimum
(c) Specific Gravity Astm D792 1.15-1.17 At 23 Deg C
(d) Dimensional Change Notes 2 & 4 0.2% Maximum
(e) Tensile Impact Astm D1822 Type S 80 Ft-lbs/in�2
Specimen (notes 5 & 6) Minimum (note 3)
(f) Tensile Yield Stress Astm D638 (note 6) 9000 Psi Min. (note 3)
(g) Compressive Strength^ Astm D695 (note 6) 9000 Psi Min. (note 3)
^(at 1 Percent Offset)
(h) Water Absorption
24 Hour Astm D570 1.3 Percent Maximum
Saturation Astm D570 7.0 Percent Maximum
(i) Rockwell "m" Hardness Astm D785 75 Minimum
note 1: The Test Specimen Must Be Finely Ground Particulates. After Immersion The Material Must Be Checked Daily For Dissolution And Must Dissolve No Longer Than One Hundred Twenty (120) Hours From The Start Of Immersion. Within Twenty-four (24) Hours Of The
test Specimen Determined To Be Fully Dissolved, It Must Be Tested For Viscosity.
note 2: Dimensional Stability Testing Must Be Performed In Accordance With The Dimensional Stability Method Per Astm D5989 Or Equivalent. The Percent Change In Each Dimension, Outside Diameter, Inside Diameter And Thickness Must Not Be Greater Than The Value
specified.
note 3: These Values Are Minimum Averages. Separate Specimens Results May Vary By 25%.
note 4: Any Change To An Already Established Heat Or Annealing Cycle To Achieve Both Relative Viscosity And/or Dimensional Stability Must Be Presented To The Procuring Activity For Approval Along With Justification For The Change.
note 5: Tensile-impact Test Specimens Are To Be Type S In Accordance With Astm D1822, Or Round Cylindrical Specimens In Accordance With Mil-dtl-32286, Paragraph 3.8
note 6: Prior To Test, The Specimens Must Be Dried In Accordance With Federal Specification L-p- 410a, Paragraph 4.4.5.
3.3 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.
3.4 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/.
3.5 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.5.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. 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.
3.5.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email.
3.5.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
A. The Change Priority, Change Classification (class I Or Class Ii),
And Change Justification.
B. A Complete Description Of The Change To Be Made And The Need For
That Change.
C. A Complete Listing Of Other Configuration Items Impacted By The
Proposed Change And A Description Of The Impact On Those Cis.
D. Proposed Changes To Documents Controlled By The Government.
E. Proposed Serial/lot Number Effectivities Of Units To Be
Produced In, Or Retrofitted To, The Proposed Configuration.
F. Recommendations About The Way A Retrofit Should Be Accomplished.
G. Impacts To Any Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel In Support Of 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.
3.6 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
3.7 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.
3.8 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further
application Of The Above Documents Is Prohibited.prohibited.
3.8.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract.
^ Quality Assurance Requirements ^
3.9 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System
3.9.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality
requirements Established In The Contract/purchase Order.
3.9.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer 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.
3.9.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of
any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement.
3.9.4 This Contract Provides For The Performance Of Government Quality Assurance At 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.
3.9.5 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.
3.10 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved
and Rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected.
3.10.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government 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.
3.10.2 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.
3.11 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. 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 Command (dcmc) Office. In The Event That A Local Government Representative Or Dcmc Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.11.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document.
3.11.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services
specified In The Purchase Order Or Contract.
3.11.3 The Prime Contractor Must Ensure That The Purchased Product 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.
3.11.4 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.
3.11.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier.
3.12 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following:
3.12.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.12.2 Inspection For Completeness And Proper Type.
3.12.3 Verification Of Material Quality Received.
3.12.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.12.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.12.6 Identification And Protection From Improper Use Or Disposition.
3.12.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And
necessity For Withholding The Material From Use.
3.12.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On
bailed Property Must Be Maintained.
3.12.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.13 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required
objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3,
section C Of This Contract/purchase Order.
3.13.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified 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.
3.14 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Batch Of Non-metallic Material, 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. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component.
3.14.1 Material 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. When Permanent Marking Is Required, It Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And
function Of The Material. ;seats To Be Marked On The Outer Cylindrical Surface.;
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.
3.15 See Cdrl Di-misc-80678 (seat Material) - Material Certification - 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.
3.16 Material Handling - The Written Material Control Process Must Include The Following:
3.16.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.16.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.16.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate
material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Batches Or Loss Of Traceability. The Traceability
marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.16.4 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Codes That Are Marked On The Material And Identified On The Test Reports. The Certification Data Requirements Herein
must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material.
3.16.5 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking
location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.17 Receiving Inspection -
3.17.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To
another Location.
3.17.2 Receiving Inspection Must Include As A Minimum -
verification That The Traceability Number Marked On The Material Agrees With That On The Certification Test Reports.
verification That Certification Test Reports Are Legible And Complete.
verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements.
3.18 Discrepancy Reporting -
3.18.1 Nonconforming Products 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 Will Be Maintained And Available For Review By The Government Quality Assurance Representative (qar).
3.19 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.19.1 Sampling For Certification Must Be On The Basis Of One Set Of Test Specimens From Each Heat/lot Or Batch.
3.20 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address And Date.
2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12)
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic
(for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable).
5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed
satisfactorily.
9. Contractor's Or Authorized Personnel's Signature.
4. Quality Assurance
4.1 Notes To Dcma Qar And The Contractor -
4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A
disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A
record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco.
4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders.
4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The
contracting Agency As Important, Are Observed And Evaluated.
6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government
representative Prior To Shipment.
6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied
conforms To The Specified Requirements.
6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following:
- The Requirements Of This Contract/purchase Order.
- Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.).
- Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards.
- Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving:
- Performance
- Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts
- Health Or Safety
- Effective Use Or Operation
- Weight, Stability, Or Structural Integrity
- System Design Parameters As Schematics, Flows, Pressures Or Temperatures
- Compartment Arrangements Or Assigned Function
6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification.
6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;- 10/20/2016 - Updated Ecds Url
- Dec 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
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- Mar 22 2011 - Added Traceability Requirements For Non-metallic Seats
- Jul 02 2013 - Allowed Ball Valve Seats To Be Marked Using Mil-std-792 Type Ix In Addition To Type I
- 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 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 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.
Closing Date18 Feb 2025
Tender AmountRefer Documents
9761-9770 of 9823 archived Tenders