Battery Tenders
Battery Tenders
Department Of Agriculture Tender
Furnitures and Fixtures
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 111.3 K (USD 1.9 K)
Details: Description The Department Of Agriculture-rfo 3, Invites Interested Suppliers To Submit Quotations/proposals For The Hereunder Requirement, To Wit: Various Supplies 10 Piece Light Bulb Specifications: 10 Watts, Led Daylight E27, Non-dimable 35 Piece Fluorescent Light Specifications: 18 Watts-1600lm 6500k 175-265v, 50/60hz 5 Piece Electrical Tape Black Size: 16m(0.16mm X 19mm X 16m) 10 Piece Door Mat Specification: Non-slip Home Mat Rubber Mat Heavy Duty, Doormat Coil Disinfecting Absorbent High Quality 3 Piece Floor Squeegee Specification: Floor Scraper 180 Degrees Rotatable Mop Broom Floor Cleaning Mop Lightweight 3 Piece Glass Window Squeegee Specification: Squeegee With Spray Glass Cleaner Wiper 3 Piece Microfiber Duster Kit Specification: For High Ceiling Cleaning With Extension Pole 3 Piece Toilet Plunger Specification: High Pressure, Air Drain Plunger Sink Dredge Cleaner 1 Set Aluminum Frame Acoustic Partition With Installation Size: 295cm X 150 X 259cm(l X W X H) Shape: L-shape (divider For Closed Room) Specification: Permanent Partition With Door 3 Set Bathroom Toilet Brush Set Specification: Non-slip Long Pp Handle And Soft Tpr Silicon Bristles With Holders 6 Set Window Roller Blinds Blackout With Installation Size: 140 Cm X 140 Cm (l X W) Color: Brown Specification: Roller Blinds Manual Blackout Health And Environment Shades Window Termal Insulated 1 Set Window Roller Blinds Blackout With Installation Size: 140 Cm X 80 Cm (l X W) Color: Brown Specification: Roller Blinds Manual Blackout Health And Environment Shades Window Termal Insulated 1 Set Window Roller Blinds Blackout With Installation Size: 75 Cm X 200 Cm (l X W) Color: Brown Specification: Roller Blinds Manual Blackout Health And Environment Shades Window Termal Insulated 4 Set Window Roller Blinds Blackout With Installation Size: 200 Cm X 170 Cm (l X W) Color: Brown Specification: Roller Blinds Manual Blackout Health And Environment Shades Window Termal Insulated 1 Set Window Roller Blinds Blackout With Installation Size: 140 Cm X 75 Cm (l X W) Color: Brown Specification: Roller Blinds Manual Blackout Health And Environment Shades Window Termal Insulated 1 Set Window Roller Blinds Blackout With Installation Size: 75 Cm X 135 Cm (l X W) Color: Brown Specification: Roller Blinds Manual Blackout Health And Environment Shades Window Termal Insulated 3 Set Electric Stand Fan Size: 16" Specification: Metal Blade Sto-16e 3 Set Mop Head With Aluminum Handle Set Specification: Rotating Mop Cleaning With Spinner Mop With Squeezer Heavy Duty 2 In 1 Wash Magic Flat Mop 2 Set Shoe Rack Size: 80cm X 20cm X 80cm Specification: 5 Layer, Stainless Steel Stackable Shoes Organizer 2 Set Vacuum Cleaner Specification: Wireless Dual-purpose 5 In 1 Handheld Vacuum Cleaner, Built-in Battery, Large Capacity Dust Collection Box, Low Noise Multifunctional 2 Unit Exhaust Fan For Processing Area With Installation Size: 10 Inches (305 X 305mm) Specification: Ceiling Ventilation Fan, Strong Wind For Kitchen Wall Mounted Performance: Low Noise, Energy Saving, High Efficiency Cycle Voltage: 220v-240v / 50 Hz Installation Method: Wall Mounted/embedded 2 Unit Humidifier Capacity: 16l Specification: Air Humidifier And Fogging Disinfectant Machine 1 Unit Humidifier Capacity: 269ml Specification: Automatic Primary Air Humidifier 1 Unit Water Dispenser Specification: Cold And Hot Water Dispenser Rapid Cooling Child Lock Automatic Dispenser 1 Kit First Aid Emergency Kit Inclusion: 91pcs Medical Wound Care Kit; Adhesive Bandages, Gauze Bandage Roll, Sterile Gauze, Alcohol Disinfectant Sheet, Cotton Swab, Instant Ice Pack, Thermometer, Emergency Survival Blanket, Cloth Triangular Bandage Tweezers, Scissors, Elastic Tourniquet, Surgical Tape, Safety Pins, Hydrogen Peroxide, Povidone Iodine, Cotton Balls, Surgical Gloves, Medicines (biogesic, Citirizine,etc.), Etc. Specification: For Burns, Cuts, And Allergic Aid Delivery Site: Da-rsld, Technology Business Incubation Building, Paraiso, Tarlac City, Tarlac. To Be Used In The Study Of Development Of Technology Business Incubation Program For Da-rfo 3 At The Technology Business Incubation Building. Interested Suppliers May Download And Examine The Attached Request For Quotation Form By Clicking The Figure Opposite The Associated Components On This Page. The Department Of Agriculture-rfo 3 Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Quotation. Note: Interested Suppliers Must Download The Attached Document. Here’s The Procedure On How To Download The Attached Document. 1. To Order The Associated Component Of This Bid Notice, Please Click The “order” Link. 2. Upon Clicking The Order Link, The Order Basket Page Will Be Displayed. To Proceed The Ordering Of The Document In The Order Basket Page, Click The “continue” Button. 3. The System Will Display The Order Confirmation Page. To Confirm The Order, Click The “submit” Button. 4. The Order Summary Page Will Be Displayed. To View Or Download The Associated Documents, Click The Document Hyperlink Under The Item Column. 5. To Return To The Bid Notice Abstract Page, Click The “done” Button.
Saddle Elementary School Tender
Publishing and Printing
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 202.1 K (USD 3.4 K)
Details: Description Qty Unit Item Description Abc 1 18 Boxes Bond Papers, A4 14,850.00 2 15 Boxes Bond Papers, Long 13,875.00 3 8 Reams 180 Gsm Special Paper A4 2,000.00 4 6 Reams 180 Gsm Special Paper Long 1,560.00 5 100 Pcs Folder,white 500.00 6 1 Pc White Board, 4x8 4,000.00 7 12 Bottles White Board Marker, Refill Black 1,500.00 8 12 Bottles White Board Marker, Refill, Blue 1,500.00 9 12 Bottles White Board Marker, Black 660.00 10 12 Bottles White Board Marker, Blue 660.00 11 20 Pcs Refillable Marker, Permanent, Broad, Black 720.00 12 50 Pcs Expanding Envelop, Brown, Long 700.00 13 8 Pcs Expanding Envelop With Compartment 1,440.00 14 100 Pcs Manila Paper, Sliced 700.00 15 30 Pairs Battery, Aa 1,200.00 16 8 Boxes Sign Pen, C4, Black 6,720.00 17 8 Boxes Sign Pen, C4, Green 6,720.00 18 12 Boxes Ballpen, C5, Green 780.00 19 8 Boxes Ballpen,c5, Black 520.00 20 8 Boxes Ballpen, C5, Red 520.00 21 8 Pcs Glue Gun, S/s 1,120.00 22 100 Pcs Glue Stick, S/s 500.00 23 55 Pcs Board Eraser 1,100.00 24 20 Pcs Correction Tape, 10m 560.00 25 20 Pcs Glue, 130 G 1,100.00 26 20 Rolls Masking Tape, 1" 600.00 27 10 Roll Clear Tape, 1" 160.00 28 45 Rolls Clear Tape, 2" 900.00 29 16 Rolls Duck Tape, 2" 1,376.00 30 10 Roll Double Sided Tape 1" 280.00 31 18 Pcs Stapler No.35 2,700.00 32 18 Boxes Staple Wire No. 35 540.00 33 10 Pcs Stapler No.10 450.00 34 10 Boxes Staple Wire No. 10 70.00 35 8 Boxes Paper Clip, 33m 88.00 36 8 Boxes Binder Clip 2" 544.00 37 20 Bottles Inks, 003, Black, Genuine 5,800.00 38 8 Pcs Laser Pointer 10,880.00 39 6 Pcs Puncher, Heavy Duty 1,140.00 40 4 Unit Printer, 3 In 1 52,000.00 41 8 Pcs Hdmi, 5m, Soft Pure Black 2,320.00 42 5 Set Paint Brush, Set 450.00 43 8 Boxes Fastener 256.00 44 1 Pc Paper Cutter, Long 1,750.00 45 24 Pcs Scissors, 7" 1,920.00 46 8 Pcs Adaptor 520.00 47 8 Pcs Cutter Knife, Heavy Duty, B/s 480.00 48 5 Can Floor Wax, 900g 1,350.00 49 1 Unit Chargeable Speaker For Big Events 8,050.00 50 2 Unit Speaker, With 2 Mic, Small 2,300.00 51 1 Pc Wired Mic, 20 M 1,160.00 52 14 Pcs Office Pad Lock 5,600.00 53 2 Pc Fire Extinguisher 4,400.00 54 1 Pcs Perculator, 3 L 6,500.00 55 3 Pcs Knife, Small 615.00 56 2 Pcs Thermos 910.00 57 3 Pcs Chopping Board , White 1,365.00 58 1 Pcs Kettle, 2 L 880.00 59 2 Pcs Sauce Pan, 32" 2,610.00 60 1 Pcs Frying Pan, 40 " 1,305.00 61 2 Pcs Strainer, Stainless, B/s 910.00 62 2 Pcs Bowls, Dozens, 3", Green 1,510.00 63 4 Pcs Plastic Containers For Coffee And Sugar 320.00 64 12 Pcs Serving Plate, Oblong 1,200.00 65 3 Dozen Spoon, Metal 750.00 66 5 Pc Tweezers For Jewelry 900.00 67 3 Pc Wire Cutters For Jewelry 540.00 68 3 Pc Round Nose, For Jewelry 540.00 69 3 Pc Crimping Pliers For Jewelry 540.00 70 3 Pc Flat Nose Pliers For Jewelry 540.00 71 20 Bottle Hand Soap, 500 Ml, Liquid 3,000.00 72 22 Bottle Alcohol, 500ml 2,420.00 73 2 Pcs Water Bottle Holder 760.00 74 2 Pcs Water Bottle Round 400.00 Total 202,104.00
Municipality Of Matalom, Leyte Tender
Automobiles and Auto Parts
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 16.7 K (USD 286)
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of Matalom Request For Quotation The Municipality Of Matalom Through Its Bids And Awards Committee, Intends To Procure“ For Repair And Manintenance Of Farm Tractor (not Available At The Procurement Service) Of Lgu-matalom, Matalom, Leyte” For Cy 2025 In Accordance With Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Last Page Of This Request For Quotation (rfq). Submit Your Quotation Duly Signed By Your Authorized Representative Not Later Than Feb. 06, 2025 At 9:00 A.m. At The Local Government Unit-matalom, Leyte, Bac Office. Quotations May Also Be Submitted Through Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2024 Business/mayor’s Permit1 And Philgeps Registration Number Is Also Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of The Mayor’s/business Permit. The Omnibus Sworn Statement2 (gppb-prescribed Forms) (for Abc’s Above Php 50k), Income/ Business Tax Return3 (for Abc’s Above Php 500k) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (053) 300 2893 / 09176399496 Or Email Address At Bacmatalomlgu@gmail.com. Engr. Gregorio S. Pada Bac Chairman 1in Case Of Recently Expired Mayor’s/business Permit, It Shall Be Accepted Together With Its Official Receipt As Proof That The Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit, Provided That The Renewed Permit Shall Be Submitted After Award Of Contract But Before Payment In Accordance With Item 6.2 Of Government Procurement Policy Board (gppb) Resolution No. 09-2020. 2in Case Of Unnotarized Omnibus Sworn Statement, It Shall Be Accepted, Provided That The Notarized Omnibus Sworn Statement Shall Be Submitted After Award Of Contract But Before Payment In Accordance With Item 6.3 Of Gppb Resolution No. 09-2020. 3manually Filed Tax Returns Or Filed Through The Efps Date: Name Of Company: Address: Name Of Store/shop: Address: Tin: Philgeps Registration Number: Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Item/s As Follows: Technical Specification 1. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If The Item Being Offered Is For Free. 2. Bidders Must State “comply” Or Any Equivalent Term In The Column “bidder’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. Unit Description Total Quantity Bidder’s Statement Of Compliance Unit Cost (vat Inclusive) Total Cost (vat Inclusive) Unit Battery N100 1 *the Above Quoted Prices Are Inclusive Of All Costs And Applicable Taxes. Schedule Of Requirements Bidders Must State “comply” Or Any Equivalent Term In The Column “bidder’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Schedule. Bidder’s Statement Of Compliance A. Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed Financial Offer Approved Budget For The Contract Total Offered Quotation Sixteen Thousand Seven Hundred Pesos Only (php 16,700.00) In Words: In Figures: Payment Details: Payment Shall Be Made Promptly, But In No Case Later Than Sixty (60) Days, Through Land Bank’s Lddap-ada/bank Transfer Facility After Submission Of Billing Statement/invoice And Upon Fulfillment Of Other Obligations As Stipulated In The Contract As Well As Upon Inspection And Acceptance Of The Goods By The End User. Banking Institution Account Number Account Name Branch Signature Over Printed Name Position/designation Office Telephone No. Fax/mobile No. Email Address/es Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Calendar Days From The Date Of Submission Of Quotation. 3. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. Award Of Contract Shall Be Made To The Lowest Calculated And Responsive Quotation (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 6. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 7. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 8. The Lgu-matalom Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 9. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Lgu-matalom Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 10. Payment Shall Be Processed After Delivery And Upon The Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Contractor’s Account. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Lgu-matalom Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Signature Over Printed Name Position/designation Office Telephone No. Fax/mobile No. Email Address/es
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
Description: Commercial Product Procurement Notice|5||||||
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
stop-work Order (aug 1989)|1||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a||||||
federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12|||||||||||||
contract Terms And Conditions Required To Implement Statutes Or Executiveorders--commercial Products And Commercial Services (nov 2024))|83||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
continued: Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (nov 2024))|15||||||||||||||||
annual Representations And Certifications (may 2024)|13|335910|1250||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|||
evaluation--commercial Products And Commercial Services (nov 2021)|4|||||
a Material Irpod Is Available At The Bpmi Website.
please Specify (if Other Than 60 Days) ______________ Days.if You Are Submitting Your Quote Via Email Or Neco,please Specify The Number Of Days Pricing Is Valid.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be 'issued' By The Government When Copies Are Either Depositedin The Mail, Transmitted By Facsimile, Or
sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To 'issue' Contractual Documents As Detailed Herein.
1. Scope
1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence.
2. Applicable Documents
2.1 Applicable Documents; There Are No Technical Documents; Such As, Drawings, Technical Data, Etc. Associated To This Solicitation/award, The Part Number/catalog Number Cited In The Requirements Section Is Fully Descriptive.
3. Requirements
3.1 Manufacture And Design- The Battery Furnished Under This Contract/purchase Order Shall Meet The Requirements As Specified In The Procurement Specification. The Requirements For This Contract/purchase Order Are As Follows:
1. Design, Material And Dimensions Are To Be In Accordance With
a. Manufacture: ;panasonic Corporation Of North America (61058); .
b. Drawings: ;.; .
piece: ;.; .
revision: ;.;
c. Part Number: ;fz-vzsu84au
alternate Part No: Fz-vzsu84a2u (61058); .
d. Catalog Number: ;.; . E. Marking Requirements - Marking And Labeling Shall Be In Accordance With Mil-std-129. In Addition To The Standard Marking Requirements Of Mil-std-129, The Seller Shall Include The Manufacturer's Federal Supply Code For Manufacturers (fscm/cage Code) And The
item's Part Number On Intermediate And Unit Packs. Special Marking Which Includes Both Type I And Type Ii Shelf Life Items, Cure Date And Expiration Date In Accordance With Mil-std-129 Also Apply.
items Shall Be Supplied With At Least 85% Of The Shelf Life Remaining At The Time Of Shipment. Shelf-life Is ;24; Months.
f. Additional Ordering Data: ;.; .
3.2 Navsup Wss-mech Code N94 Additional Technical Documentation
order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004
a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of
any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows:
1. Amendments To The Purchase Order/contract
2. Schedule Of Supplies Of The Purchase Order/contract.
3. Terms And Conditions Of The Purchase Order/contract.
4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable.
5. Any Invoked Standard Technical Requirements (strs).
6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable.
7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable.
b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval
for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later.
c. Use Of Document Revisions In Their Entirety:
1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document).
d. Vendor Waiver/deviations On Critical Contracts.
1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected.
2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation
is Submitted Or Prior To Manufacture.
3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With
your Request.
4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or
replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation.
5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided.
6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within
five Working Days After Receipt.
e. Exclusion Of Mercury
1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract.
4. Quality Assurance
4.1 Quality Assurance Requirements- The Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein.
records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract.
5. Packaging
5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts
applies.
(1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing,
and Marking.
requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc.
(a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States,
"components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)".
(2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply:
(a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other
requirements Identified Within The Irpod.
the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods.
(b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements
for The Use Of Green Poly Bags, Then They Are Required And Take Precedence.
(4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From:
contracting Officer
navsup Wss-mech
code N943
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On
post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document.
2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents.
6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective 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. There Are 6 (six) 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.
Office Of Civil Defense Tender
Transportation and Logistics
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 323.1 K (USD 5.5 K)
Details: Description Provision Of Transportation Services For The Cdti’s Various Training For Fy 2025 Pick-up/drop-off And Stand-by Dates Pick-up Point Drop-off Point No. Of Vehicle/s Basic Disaster Risk Reduction And Management Training 10 March, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 15 March, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 Drrm Course For Public Sector Batch 1 24 March, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 28 March, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 Drrm Course For Public Sector Batch 2 31 March, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 04 April, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 Community-based Disaster Risk Reduction And Management Training Of Trainers Batch 1 11 May, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 17 May, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Local Disaster Risk Reduction And Management Planning Training Of Trainers 25 May, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 31 May, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Public Service Continuity Planning Training Of Trainers 15 June, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 21 June, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Basic Incident Command System Training 14 July, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 18 July, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Community-based Disaster Risk Reduction And Management Training Of Trainers Batch 2 20 July, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 26 July, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Integrated Planning Of Incident Command System Training 03 August, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 09 August, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Exercise Design Course Training Of Trainers 31 August, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 07 September, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Incident Command System Position Course Training 21 September, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 27 September, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Risk Communication Training Of Trainers 06 October, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 07-09 October, 2025 Any Area Within Metro Manila Or Rizal (standby) 3 11 October, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 All-hazard Incident Management Team Training 19 October, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 25 October, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Community-based Disaster Risk Reduction And Management Training Of Trainers Batch 3 02 November, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 08 November, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Training For Instructors 09 November, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 15 November, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Requirements For The Vehicle: • Type Of Vehicle: Van • Must Be At Least 2018 Model • Capacity: At Least Twelve (12) Seater Per Van Service Provider Must: • Provide Professional, Courteous And Punctual Drivers For The Vehicle/s; • Must Allow A Maximum Of Nine (9) Passenger (excluding The Driver) Per Travel To Comply With Social Distancing; • Must Provide At Least One (1) Standby Driver As Replacement In Case The Assigned Duty Driver Got Sick/not Fit To Drive In The Activity Period; • Must Have Portable Fire Extinguisher For Each Vehicle; • Must Conduct Routine Vehicle Check-up Using Blowbagets (stands For Battery, Lights, Oil, Water, Brake, Air, Gas, Engine, Tire, And Self) Checklist Prior To Usage; • Provide Food And Accommodation For The Driver/s As Necessary; • Provide Insurance For Passengers; • Cover All Expenses For Emergency Repairs / Check-up During The Period Covered. Other Terms: • The Procuring Entity Reserves The Right To Terminate The Contract In Case Of Poor Performance, Or In The Event That The Need For Such Service Becomes Unnecessary. Payment • Payment Will Be Processed Upon Completion Of Each Activity And Receipt Of Service Invoice • Payment Will Be Via Send Bill Policy • Quoted Price Must Include All Government Taxes, Duties And Fees. Chargeability • Cdti Apb: Drrm Fund (fy 2025) No. Of Vehicle On Standby For 12 Hours: January To November 2025 – 55 Vehicles
Municipality Of San Miguel, Bulacan Tender
Automobiles and Auto Parts
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 3.5 Million (USD 59.8 K)
Details: Description Purchase Of Garbage Truck 1. The Municipality Of San Miguel, Bulacan, Through The 20% Development Fund 2025, Intends To Apply The Sum Of Php 3,500,000.00, Being The Approved Budget For The Contract (abc), To Payments Under The Contract For The Purchase Of Garbage Truck With Itb Number 2024-002. Bids Exceeding The Abc Will Be Automatically Rejected. 2. The Municipality Of San Miguel, Bulacan Now Invites Sealed Bids For The Purchase Of Garbage Truck For The Municipal Enviroment And Natural Resources Office (menro). This Project Aims To Enhance Waste Collection & Disposal. 3. Scope Of Work: Purchase Of One (1) Garbage Truck Designed To Meet The Specific Needs Of The Menro With The Following Specifications: Engine: O 6-cylinder, In-line Clutch & Gear Box System: O Clutch: Ø 430 Diaphram Spring Clutch O Gear Speed/lever: 10 Forward/2 Reverse O Gear Ratio: 14.284,10.623,7.871,5.76,4.375,3.265,2.428,1.799,1.343, 1.00, 13.913 (r1), 3.18 (r2) Axle & Steering: O Front Axle: 9500 Kg (loading Capacity Per Axle) O Rear Axle: (2x) 16000 Kg Brake System & Suspension: O Service Brake: Dual Circuit Compressed Air Brake O Auxilliary Brake: Engine Exhaust Valve Brake O Parking Brake (emergency Brake): Front- Spring Energy, Rear Compressed Air O Suspension Type: Front-10 Pcs Leaf Spring, Rear- 12 Pcs Leaf Spring Fuel Tank: O Capacity: 300 Ltr O Shape/structure: Rectangular/aluminum Wheels & Tires: O Wheel Type: Reinforced Wheel(plate Thickness 13 Mm) O Number Of Tires: 10+1 (spare Tire) O Tire Type/size: 12.00 R20 O Track: Front- 2022 Mm, Rear 1830 Mm Chassis & Dimensions: O Frame Details: High-strength 8+8/300mm O Overall Dimension: L=8600mm W=2550mm H=3450mm O Wheelbase: 3825+1350 Mm O Ground Clearance: 314 Mm O Vehicle Overhang: Front-1500, Rear-1870 O Front Approach Angle: 19% O Rear/departure Angle: 23 % Dump Box Size: O Lxwxh: 5600x2300x1500 Mm O Volume: 19.32 Cum O Lift System: Middle Lift O Floor Thickness: 8mm O Side Thickness: 6mm Electrical System: O Battery: 2 Unit 24v/165ah O Alternator: 28v O Operating Voltage 24v General Performance Parameter: O Maximum Driving: 75 Km/h O Maximum Gradeability: =30° O Loading Capacity: 25000 Kg Cabin: O Steel Frames: All Steel Frame With 4-point Support Fully Floating Suspension And Shock Absorbers, O Cabin Features: Forward Control 70° Hydraulically Tiltable Cabin, 3-speed Twin Arm Wiper System, Laminated Windscreen With Casted-in Radio Aerial, O Audio System: Am/fm Radio/cassette Stereo Player, O Driver Comfort: Hydraulically Damped Adjustable Driver’s Seat And Rigid Adjustable Steering Wheel, O Climate & Ventilation: Heating And Ventilating System With Adjustable Roof Flap, O Additional Features: Exterior Sun Visor, And Air Horn For Enhance Safety. 4. Completion Of The Work Is Required Within 60 Calendar Days From The Issuance Of The Notice To Proceed. Bidders Must Have Completed A Similar Contract Within The Last Two Years. Eligibility Requirements Are Detailed In The Bidding Documents, Particularly In Section Ii (instructions To Bidders). 5. 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. 6. A Complete Set Of Bidding Documents May Be Purchased From February 5, To February 20, 2025, At The Address Below Upon Payment Of A Non-refundable Fee Of Php 5,000.00. A Soft Copy Will Be Provided Upon Presentation Of Proof Of Payment. 7. Interested Bidders May Obtain Further Information And Inspect The Bidding Documents At The Office Of The Bac, San Miguel, Bulacan, During Office Hours (8:00 Am - 12:00 Nn And 1:00 Pm - 5:00 Pm). Prospective Bidders Are Required To Submit An Updated Philgeps Registration Before Purchasing The Bidding Documents. 8. A Pre-bid Conference Will Be Held On February 4, At 1:00 Pm At The Bac Conference Room, New Municipal Gymnasium, San Miguel, Bulacan. Attendance Is Open To All Prospective Bidders. 9. The Deadline For Bid Submission Is On Or Before February 20, 2025, At 10:00 Am. Bids Must Be Submitted Manually At The Bac Office, New Municipal Gymnasium, San Miguel, Bulacan. Late Submissions Will Not Be Accepted. Bid Opening Will Be Conducted On The Same Day At 1:00 Pm, In The Presence Of Bidders' Representatives Who Choose To Attend 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And Amounts As Stated In Itb Clause 16. 11. The Municipality Of San Miguel, Bulacan Reserves The Right To Reject Any Or 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 Incurring Any Liability To The Affected Bidders.
Municipality Of Hinabangan, Samar Tender
Software and IT Solutions
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 79.5 K (USD 1.3 K)
Details: Description Republic Of The Philippines Municipality Of Hinabangan Hinabangan, Samar Request For Quotations The Municipality Of Hinabangan, Through Its Bids And Awards Committee (bac), As Duly Authorized To Conduct Small Value Procurement For “purchase Of Laptop For Mpdc Office” In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184, Hereby Invites All Interested Suppliers/bidders To Offer Their Lowest Government Price. Name Of Activity: “purchase Of Laptop For Mpdc Office” Total Approved Budget For The Contract (abc): P79,590.00 Location: Hinabangan, Samar Specifications: See Attached Annex “a” Deadline Of Submission: On Or Before 24 January 2025, 9:00 A.m. Delivery Period: Seven Calendar (7) Days Interested Bidders/suppliers Are Required To Submit Their Duly Accomplished Price Quotation Forms (annex A) On Or Before The Deadline Of Submission Of Bids At The Bac Conference Room, Municipal Hall, Hinabangan, Samar. Bidders/suppliers Must Submit The Sealed Quotations In The Address Given Above Bearing The Name & Address Of The Supplier, Indicating The Price Quotation And Send To Engr. Menandro A. Gacelos, Enp, Bac Chairman, Lgu-hinabangan, Hinabangan, Samar. Bidders/suppliers Shall Be Required To Submit The Following Documentary Requirements Together With Their Quotation. 1) Valid And Current Mayor’s / Business Permit 2025; 2) Philgeps Registration Number; 3) Tax Clearance 4) Dti/sec 5) For Abcs Above P50,000.00 – Omnibus Sworn Statement (oss) Bidder/supplier’s Oss Shall Be Valid For Six (6) Months 6) For Abcs P50,000.00 And Below – – Authorization Letter/special Power Of Authority, In Case The Owner Is Not The Signatory Of Price Quotation Form And Notice Of Award. B) For Corporation/partnership/joint Venture – Secretary’s Certificate Authorizing Signatory. Award Of Contract Shall Be Made To The Lowest Calculated Bidder Which Complies With The Minimum Technical Specifications (annex A) And General Terms And Conditions (annex B). Note: The Lgu - Hinabangan Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Inquiries You May Reach Us At 0966-913-8130 Reina Mae B. Patiga Head, Bac Secretariat Annex A Price Quotation Form Engr. Menandro A. Gacelos, Enp. Chairperson, Bids And Awards Committee Municipality Of Hinabangan Hinabangan, Samar Dear Sir: After Having Carefully Read And Accepted The Terms And Conditions Of This Rfq And Followed The Instructions To Bidders Specified In Annex B, Hereunder Is Our Quotation/s For The Item/s As Follows: Item No. Qty Unit Item Description Unit Price Total Price 1 1 Unit Laptop Amd Ryzen 7 - 7435hs/bga Processor 16.0" Wuxga Bend Wv • 512gb Pcie G4 Ssd • Amd Radeon Rx 7600s 8gb Vram • Ddr5 8gb Ram • 4 Cell 90wh Battery • Windows 11 64bit •2c-sandstorm Backpack And Gaming Mouse Name Of Proprietor/ Authorized Representative Signature Date Annex B General Terms And Conditions: 1. Bid Validity. Bids Should Be Valid For Sixty (60) Calendar Days Counted From The Deadline Of Submission Of Bids; 2. Price Escalation. All Bid Prices For The Given Scope Of Work In The Contract As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation. 3. Alternative Bids. Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. 4. Taxes. The Total Price Quoted Is Subject To Withholding Tax And Payable Check. 5. Delivery Period. Seven (7) Calendar Days 6. Incidental Charges And Services. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods Shall Be Included In The Price Quoted Per Item By The Bidder. An Additional Or Separate Delivery Charge In The Bid Shall Be Treated As Non-responsive And Shall Be Rejected. 7. Term Of Payment. Payment Shall Be Charged Account, Unless Specified. Cash On Delivery (cod) Shall Not Be Allowed, Unless Accepted During Bid Evaluation. 8. Retention Money. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To At Least One Percent (1%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least One Percent (1%) But Not To Exceed Five (5%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expendable Supplies, After Consumption Thereof; Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met; (gppb Resolution No. 30-2017 Dated 30 May 2017) 9. Liquidated Damages. No Payment Shall Be Made Until Full Delivery Of Item/s Is/are Completed. Delay In The Delivery Shall Be Subject To Liquidated Damages By Way Of Penalty @ 1/10 Of 1% Of Each Day Of Delay. 10. Alteration Of Technical Specifications And Terms And Conditions. Altering And/or Amending The Technical Specifications And Terms And Condition(s) May Be Considered Non-responsive / Non-compliant. Instructions To Bidders: 1. Completely Fill Out The Price Quotation Form (annex A), Technical Specification/brand (if Applicable), Unit / Total Price And Supplier/bidder’s Information. Do Not Forget To Sign The Price Quotation Form. 2. Download This Form From The Philgeps Website Before The Closing Date For Inclusion In The Philgeps Document Request List (drl).
Municipality Of Cabatuan, Isabela Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 199.6 K (USD 3.4 K)
Details: Description Qty. Unit Of Issue Description 2 Bottle Air Freshener 320ml 2 Bottle Alcohol 500ml. 12 Pcs. Ballpen Black 12 Box Ballpen Black 25s 1 Box Ballpen Hbw Matrix 50s 2 Box Ballpen0.5 5 Pack Battery Aa 4s 2 Pcs. Binder Ring 1cmø, Plastic 3 Pcs. Binder Ring 2cmø, Plastic 2 Pcs. Binder Ring 3cmø, Plastic 3 Pcs. Binder Ring 4cmø, Plastic 3 Pcs. Binder Ring 5cmø, Plastic 2 Pcs. Binder Ring 6cmø, Plastic 10 Box Board Marker Black 4 Box Board Marker Black Permanent 141 Ream Bondpaper Long 70gsm 87 Ream Bondpaper Short 70gsm 1 Ream Bondpaper-a3 70gsm 38 Ream Bondpaper-a4 70gsm 4 Pcs. Calculator 20 Pcs. Carbon Paper Black 8 Sheet Carbon Paper Blue 2 Pc. Columnar Notebook 14 Column 2 Pc. Columnar Notebook 16 Column 32 Pcs. Columnar Notebook 24 Column 2 Pc. Cork Board Large 67 Pc. Correction Tape 4 Pc. Cutter Big 175 Pcs. Envelope Brown (long) 25 Pcs. Envelope Brown (short) 103 Pcs. Envelope Expanding - Long 10 Pcs. Envelope Plastic (long) 10 Bottle Epson Ink 003 (black) 6 Bottle Epson Ink 003 (cyan) 6 Bottle Epson Ink 003 (magenta) 6 Bottle Epson Ink 003 (yellow) 36 Bottle Epson Ink 664 Black 16 Bottle Epson Ink 664 Cyan 16 Bottle Epson Ink 664 Magenta 16 Bottle Epson Ink 664 Yellow 3 Bottle Epson L6210 (001) -black 1 Bottle Epson L6210 (001)- Cyan 1 Bottle Epson L6210 (001)- Magenta 1 Bottle Epson L6210 (001)- Yellow 20 Pcs. Expandable Envelop Brown 10 Pcs. File Box (3 Layers Landcape) 5 Pcs. Flamingo Clear Book Long Red 100 Pcs. Folder Blue (long) 7 Ream Folder Brown Long 2,766 Pcs. Folder Brown Long 15 Pcs. Folder Brown Short 27 Pcs. Folder Expandable Long 100 Pcs. Folder Expandable Long (blue) 3 Pcs. Folder Expandable Short 12 Pcs. Folder Green (long) 100 Pcs. Folder Orange(long) 129 Pcs. Folder White (long) 12 Pcs. Folder White (short) 1 Pcs. Glue (130g) 25 Pcs. Glue (40ml) 3 Pcs. Glue (65ml) 6 Pcs. Highlighter 45 2 Tube Ink Black L3210 3 Tube Ink Bt5000c 3 Tube Ink Bt5000m 3 Tube Ink Bt5000y 2 Tube Ink Colored L3210 4 Tube Ink Dfd60 Bk 2 Liter Computer Printer Ink-black, Regular 1 Liter Ink-refill Cyan 1 Liter Ink-refill Magenta 1 Liter Ink-refill Yellow 1 Ream Laid Paper Ivory 500s 1 Ream Laid Paper Yellow 500s 1 Cartridge Lc3617 Black 1 Cartridge Lc3617 Cyan 1 Cartridge Lc3617 Magenta 1 Cartridge Lc3617 Yellow 5 Pc. Magazine File (single) 5 Pc. Magazine File (single)blue 12 Pc. Masking Tape 1 Inch 4 Pc. Masking Tape 2 Inches 6 Pcs. Mouse Pad 7 Pcs. Packaging Tape Transparent 19 Box Paper Clip 2 Box Paper Clip 50mm 1 Box Paper Clip Jumbo (venyl Coated) 1 Pc. Paper Cutter 11 Box Paper Fastener (metal) 21 Box Paper Fastener Plastic 18 Box Pencil #2 12/box 4 Pc. Pentel Pen Broad (black) 2 Pc. Pentel Pen Broad (blue) 2 Pc. Pentel Pen Broad (red) 14 Pc. Pentel Pen Fine (black) 32 Pcs. Plastic Envelope W/ Holder 5 Pds Post-it 2½" X 2" 3 Pcs. Protractor 3 Pc. Puncher Big 34 Pcs. Record Book 100 Pages 9 Pcs. Record Book 500 Pages 2 Pc. Ruler Plastic (12") 5 Pair Scissors 15 Pcs. Scotch Tape 1 Inch 6 Pcs. Scotch Tape 100m 16 Pcs. Scotch Tape 2 Inches 2 Pcs. Scotch Tape 5 Inches 8 Box Signpen Black 0.4 5 Pcs. Signpen Blue 3 Pcs. Stabilo Pink 5 Pc. Stapler 2 Box Stapler Wire No. 10 1 Box Stapler Wire No. 26/6 28 Box Stapler Wire No. 35 16 Pads Sticky Note 3x3 10 Pads Sticky Note Small 1 Pc. Typewriter Ribbon 4 Ream Vellum Board Long 1 Pcs. White Board Large 5 Pcs. White Board Marker-black (pilot) 14 Box White Mailing Envelop Long (size 10 34 Pad Yellow Pad Paper
Bureau Of Corrections leyte Regional Prison Abuyog Leyte Tender
Healthcare and Medicine
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 596.4 K (USD 10.2 K)
Details: Description Bids & Awards Committee Invitation For Negotiated Procurement - Two-failed Biddings For The Request For Supply & Delivery Of Medical Supplies 2025 1. The Leyte Regional Prison (lrp) Intends To Procure Medical Supplies 2025 With An Approved Budget For The Contract (abc) Amounting To Five Hundred Ninety-six Thousand Four Hundred Seventy-seven Pesos Only (php 596,477.00). 2. The Lrp Bids And Award Committee (bac) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Bidding Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline By The Bac And Which Would Meet The Minimum Technical Specifications Required. 4. The Interested Bidders May Obtain Further Information From The Bac Secretariat At The Address Given Below From 09 January 2025 To 13 January 2025 Before 9:00am. 5. The Lrp Will Hold A Negotiation Meeting On 13 January 2025 At Exactly 9:00am At Conference Room, Admin Building, Lrp, Abuyog, Leyte, Which Shall Be Open To Prospective Bidders. 6. Four (4) Copies Of The Proposals (one Original And Three Copies) Must Be Submitted To The Bac Which Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 5:00 Pm Of 14 January 2025. Late Submission Shall Not Be Accepted. 7. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Procurement For Two-failed Biddings”, With The Title Of The Procurement Project, Name Of The Bidder, Address, And The Contact Details Of The Bidder, Addressed To The Bac. I. Technical Component Envelope Class “a” Documents Legal Documents (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And (e) Conformity With The Schedule Of Requirements (annex “a”) & Technical Specifications (annex “b”), Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (i) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j) Original Of Duly Signed And Accomplished Price Schedule(s). 8. The Special Conditions Of The Contract (annex “c”) Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of Ra 9184 And Other Related And Applicable Laws. Issued This 8th Day Of January 2025. Mr. Tracy B. Soriano, Msca Chairperson, Bids And Awards Committee Company Letterhead Statement Of Ongoing Government & Private Contracts Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Value Of Outstanding Contract Total Value Of Outstanding Contract: Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Twenty-five Percent (25%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Delivery End User’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Contract, (attached Copy) Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Leyte Regional Prison I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Section Vi. Schedule Of Requirements Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. # Description Qty Dosage Form Delivered, Weeks/months 1 Acid Fast Stain, Medic (ziel-neelsen Hot Method) 3 Pcs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 2 Acepto Bulb Syringe 5 Pcs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 3 Adult Pulse Oximeter Fingertip (durable) 5 Pcs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 4 Alcohol 70% Gallon 100 Gallon Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 5 Aneroid Sphygmomanometer W/ Stethoscope (durable) 10 Set Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 6 Battery Double Aa (heavy Duty) 50 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 7 Battery Triple Aaa (heavy Duty) 50 Capsule Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 8 Blood Collection Tube 5ml (lavender) 1 Box Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 9 Blood Collection Tube 5ml (yellow) 1 Box Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 10 Cold Compress Bag 5 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 11 Denatured Alcohol 1l 2 Gallon Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 12 Disinfectant Solution 10 Litrs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 13 Drug Testing Kit (urine) 1000 Unit Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 14 Dsn 10cc 500 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vi. Schedule Of Requirements Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. # Description Qty Dosage Form Delivered, Weeks/months 15 Dsn 3cc 700 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 16 Dsn 5cc 700 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 17 Dsn 1cc 500 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 18 Easy Touch Blood Glucose Strips 25's 20 Bottle Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 19 Easy Touch Blood Cholesterol Strips 25's 30 Bottle Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 20 Easy Touch Blood Uric Strips 25's 30 Bottle Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 21 Examination Disposable Latex Gloves Powder Free 100 Box Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 22 Face Mask 50's 100 Box Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 23 Heplock 20 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 24 Hot Water Bag 10 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 25 Hydrogen Peroxide 10 Volume 20 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 26 Iv Infusion Set Adult 500 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 27 Kidney Basin Stainless 4 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 28 Lubricating Jelly 80gms 50 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vi. Schedule Of Requirements Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. # Description Qty Dosage Form Delivered, Weeks/months 29 Medical Penlight 5 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 30 Medical Oxygen Regulator 5 Pcs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 31 Muriatic Acid Solution 50 Gallon Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 32 Na Hypochlorite Solution 30 Gallon Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 33 Nebulizer 2 Set Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 34 One Touch Select Simple Test Strip 25's 50 Bottle Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 35 Oxygen Mask Cannula 150 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 36 Oxygen Trolley (5-20 Lbs) 2 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 37 Petroleum Jelly 25gms 100 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 38 Plastic Canister 3 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 39 Plastic Splint Adult 10 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 40 Rotahaler 50 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 41 Sphygmomanometer Valve With Bulb 20 Set Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 42 Sterile Latex Surgical Gloves #7, 50pairs/box 5 Box Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vi. Schedule Of Requirements Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. # Description Qty Dosage Form Delivered, Weeks/months 43 Soluset Infusion Set 5 Pcs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 44 Urinal (male) 10 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 45 Urine Container 50ml 1000 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vii. Technical Specifications Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Item No. Qty. Dosage Form Agency Specification Bidder’s Statement Of Compliance 1 3 Pcs Acid Fast Stain, Medic (ziel-neelsen Hot Method) 2 5 Pcs Acepto Bulb Syringe 3 5 Pcs Adult Pulse Oximeter Fingertip (durable) 4 100 Gallon Alcohol 70% Gallon 5 10 Set Aneroid Sphygmomanometer W/ Stethoscope (durable) 6 50 Pieces Battery Double Aa (heavy Duty) 7 50 Capsule Battery Triple Aaa (heavy Duty) 8 1 Box Blood Collection Tube 5ml (lavender) 9 1 Box Blood Collection Tube 5ml (yellow) 10 5 Pieces Cold Compress Bag 11 2 Gallon Denatured Alcohol 1l 12 10 Litrs Disinfectant Solution 13 1000 Unit Drug Testing Kit (urine) 14 500 Pieces Dsn 10cc 15 700 Pieces Dsn 3cc 16 700 Pieces Dsn 5cc 17 500 Pieces Dsn 1cc I Hereby Certify That The Statement Of Compliance To The Foregoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post- Qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. ___________________________________________ Name Of Company In Print ___________________________________________ Signature Over Printed Name Of Authorized Representative Section Vii. Technical Specifications Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Item No. Qty. Dosage Form Agency Specification Bidder’s Statement Of Compliance 18 20 Bottle Easy Touch Blood Glucose Strips 25's 19 30 Bottle Easy Touch Blood Cholesterol Strips 25's 20 30 Bottle Easy Touch Blood Uric Strips 25's 21 100 Box Examination Disposable Latex Gloves Powder Free 22 100 Box Face Mask 50's 23 20 Pieces Heplock 24 10 Pieces Hot Water Bag 25 20 Pieces Hydrogen Peroxide 10 Volume 26 500 Pieces Iv Infusion Set Adult 27 4 Pieces Kidney Basin Stainless 28 50 Pieces Lubricating Jelly 80gms 29 5 Pieces Medical Penlight 30 5 Pcs Medical Oxygen Regulator 31 50 Gallon Muriatic Acid Solution 32 30 Gallon Na Hypochlorite Solution 33 2 Set Nebulizer 34 50 Bottle One Touch Select Simple Test Strip 25's I Hereby Certify That The Statement Of Compliance To The Foregoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post- Qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. ___________________________________________ Name Of Company In Print ___________________________________________ Signature Over Printed Name Of Authorized Representative Section Vii. Technical Specifications Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Item No. Qty. Dosage Form Agency Specification Bidder’s Statement Of Compliance 35 150 Pieces Oxygen Mask Cannula 36 2 Pieces Oxygen Trolley (5-20 Lbs) 37 100 Pieces Petroleum Jelly 25gms 38 3 Pieces Plastic Canister 39 10 Pieces Plastic Splint Adult 40 50 Pieces Rotahaler 41 20 Set Sphygmomanometer Valve With Bulb 42 5 Box Sterile Latex Surgical Gloves #7, 50pairs/box 43 5 Pcs Soluset Infusion Set 44 10 Pieces Urinal (male) 45 1000 Pieces Urine Container 50ml I Hereby Certify That The Statement Of Compliance To The Foregoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post- Qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. ___________________________________________ Name Of Company In Print ___________________________________________ Signature Over Printed Name Of Authorized Representative Company Letterhead Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply & Delivery Of Medical Supplies 2025 Of The Leyte Regional Prison As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Supply & Delivery Of Medical Supplies 2025 Of The Leyte Regional Prison, As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The Supply & Delivery Of Medical Supplies 2025. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Certificate Of Net Financial Contracting Capacity (please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _________________________(p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _______day Of __________2025. _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Bid Form Date: Invitation To Bid No: Bid 2024-08 To: Mr. Tracy B. Soriano, Msca Bac Chairperson Leyte Regional Prison Abuyog, Leyte Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers Bid2024-08, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply & Deliver Of Medical Supplies 2025 In Conformity With The Said Bidding Documents For The Sum Of __________________________________________₱ ________ Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Of The Bidding Documents. I/we Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert]: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Supply & Delivery Of Medical Supplies 2025. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 20______. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Schedule Of Prices Qty. Unit Of Issue Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 3 Pcs Acid Fast Stain, Medic (ziel-neelsen Hot Method) 12,441.00 5 Pcs Acepto Bulb Syringe 350.00 5 Pcs Adult Pulse Oximeter Fingertip (durable) 10,500.00 100 Gallon Alcohol 70% Gallon 42,000.00 10 Set Aneroid Sphygmomanometer W/ Stethoscope (durable) 39,000.00 50 Pieces Battery Double Aa (heavy Duty) 5,400.00 50 Capsule Battery Triple Aaa (heavy Duty) 5,400.00 1 Box Blood Collection Tube 5ml (lavender) 130.00 1 Box Blood Collection Tube 5ml (yellow) 1,200.00 5 Pieces Cold Compress Bag 720.00 2 Gallon Denatured Alcohol 1l 1,200.00 10 Litrs Disinfectant Solution 21,600.00 1000 Unit Drug Testing Kit (urine) 108,000.00 500 Pieces Dsn 10cc 5,000.00 700 Pieces Dsn 3cc 4,900.00 [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Schedule Of Prices Qty. Unit Of Issue Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 700 Pieces Dsn 5cc 5,600.00 500 Pieces Dsn 1cc 3,500.00 20 Bottle Easy Touch Blood Glucose Strips 25's 20,400.00 30 Bottle Easy Touch Blood Cholesterol Strips 25's 30,600.00 30 Bottle Easy Touch Blood Uric Strips 25's 30,600.00 100 Box Examination Disposable Latex Gloves Powder Free 42,000.00 100 Box Face Mask 50's 9,600.00 20 Pieces Heplock 360.00 10 Pieces Hot Water Bag 1,080.00 20 Pieces Hydrogen Peroxide 10 Volume 2,640.00 500 Pieces Iv Infusion Set Adult 25,000.00 4 Pieces Kidney Basin Stainless 2,976.00 50 Pieces Lubricating Jelly 80gms 4,200.00 5 Pieces Medical Penlight 3,000.00 5 Pcs Medical Oxygen Regulator 12,000.00 [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Schedule Of Prices Qty. Unit Of Issue Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 50 Gallon Muriatic Acid Solution 15,000.00 30 Gallon Na Hypochlorite Solution 9,000.00 2 Set Nebulizer 3,840.00 50 Bottle One Touch Select Simple Test Strip 25's 51,000.00 150 Pieces Oxygen Mask Cannula 11,700.00 2 Pieces Oxygen Trolley (5-20 Lbs) 8,400.00 100 Pieces Petroleum Jelly 25gms 7,200.00 3 Pieces Plastic Canister 3,600.00 10 Pieces Plastic Splint Adult 10,800.00 50 Pieces Rotahaler 6,000.00 20 Set Sphygmomanometer Valve With Bulb 6,520.00 5 Box Sterile Latex Surgical Gloves #7, 50pairs/box 4,500.00 5 Pcs Soluset Infusion Set 500.00 10 Pieces Urinal (male) 1,020.00 1000 Pieces Urine Container 50ml 6,000.00 Total Bid Price Inclusive Of Vat In Words [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi. Schedule Of Requirements. Upon Delivery Of The Goods To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents To The Procuring Entity: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Procuring Entity’s Representative At The Project Site; (iii)certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; For Purposes Of The Contract, “exw (extra Work),” “fob (“free On Board” Shipping Point),” “fca (“free Carrier” Shipping Point),” “cif (cost Insurance And Freight.),” “cip (carriage And Insurance Paid),” “ddp (delivered Duty Paid)” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: The Delivery Terms Applicable To This Contract Are Ddp Delivered To Supply Office, Leyte Regional Prison, Abuyog, Leyte. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Lrp Health And Welfare Services Section Chief As The End-user. All Medical Supplies Must Be Delivered On Working Days And Not Later Than 1:00pm, Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Additional Requirements On Box Or Bottle, Blister Packs, Inhaler And Tube. The Following Is Legibly Imprinted Or Stamped In Any Color. Date Of Manufacture __________________ Date Of Expiry ___________________ Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif (cost Insurance And Freight.), Cip (carriage And Insurance Paid), Or Ddp (delivered Duty Paid), Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif (cost Insurance And Freight.), Cip (carriage And Insurance Paid), Or Ddp (delivered Duty Paid), Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.1 Partial Payment Is Not Allowed 4 The Inspections And Tests That Will Be Conducted Are: Partial/complete Delivery Of Goods Shall Be Inspected By The Lrp Inspection And Acceptance Committee. Inspection And Acceptance Will Be Conducted By The Lrp Inspection And Acceptance Committee To The Actual Delivery At The Project Site (lrp). Goods With Defect Or Non-compliant With The Required Specifications As Stipulated In The Approved Purchase Order/technical Specifications Shall Be Rejected And Shall Be Replaced By The Supplier Free Of Cost To The Procuring Entity Within Seven (7) Calendar Days The Goods Shall Be Accepted By The End User After Passing The Inspection Of The Lrp Inspection And Acceptance Committee. The Inspections And Tests That Will Be Conducted Are; 1.) Upon Delivery, The Goods Shall Undergo Physical Inspection By The Lrp Inspection And Acceptance Committee Of The Procuring Entity To Ascertain The Physical Condition And Acceptability Of The Goods. 2.) Actual Counting Inspection To Determine The Quantity And Completeness Of The Medical Supplies Delivered In Accordance To The Schedule Of Requirements Set In The Bidding Documents.
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Closing Date8 Feb 2025
Tender AmountRefer Documents
Description: This Notice Was Posted To Identify Sources That Can Manufacture Nsn 5340-01-666-9621 And Are Interested In Quoting A Solicitation. This Notice Was Posted For The Purpose Of Market Research Only And Is Not A Request For Proposal (rfp). Please Review The Nsn Below And Provide Any Sources That May Be Able To Manufacture The Item. The Sources That Are Currently Approved To Manufacture This Hub Body Are Listed Below. If You Are Interested In This Requirement, Please Complete The Attached Market Research Questionnaire. All Information Should Be Submitted To The Contract Specialist, Kyle Barr, At Kyle.barr@dla.mil No Later Than February 7, 2025. the Approved Sources And Part Numbers Are Listed Below: 4v360 – General Atomics (p/n: 34000d1532803) hub,body rq032: Export Control Of Technical Data this Item Has Technical Data Some Or All Of Which Is Subject To Export-control Of Either The International Traffic In Arms Regulations (itar) Or The Export Administration Regulations (ear), And Cannot Be Exported Without Prior Authorization From Either The Department Of State Or The Department Of Commerce. Export Includes Disclosure Of Technical Data To Foreign Persons And Nationals Whether Located In The United States Or Abroad. This Requirement Applies Equally To Foreign National Employees And U.s. Companies And Their Foreign Subsidiaries. Dfars 252.225-7048 Is Applicable To This Data. the Defense Logistics Agency (dla) Limits Distribution Of Export-control Technical Data To Dla Contractors That Have An Approved Us/canada Joint Certification Program (jcp) Certification, Have Completed The Introduction To Proper Handling Of Dod Export-controlled Technical Data Training And The Dla Export-controlled Technical Data Questionnaire (both Are Available At The Web Address Given Below), And Have Been Approved By The Dla Controlling Authority To Access The Export-controlled Data. Instructions For Obtaining Access To The Export-controlled Data Can Be Found At: https://www.dla.mil/logistics-operations/enhanced-validation/ to Be Eligible For Award, Offerors And Any Sources Of Supply Proposed For Use Are Required To Have An Approved Jcp Certification And Have Been Approved By The Dla Controlling Authority To Access Export-controlled Data Managed By Dla. Dla Will Not Delay Award In Order For An Offeror Or Its Supplier To Apply For And Receive Approval By The Dla Controlling Authority To Access The Export-controlled Data. Jcp Applies To All Manufactures, Dealers, Distributors, Or Suppliers. alre Csi serialization: Serialization Is Required For This Alre Csi Part As Well As The Packaging For Traceability. Contractor Technical Documentation Shall Reflect The Appropriate Marking Scheme. All Serialized And Lot Numbered Csi Parts Shall Be Accounted For; To Include Material Scrapped During Manufacturing. Re-branding By Suppliers Which Obscures The Original Marking (part Number, Serial Number, Cage) Of The Oem Of Alre Csi Parts Is Prohibited. Please Notify Dla Contracting Officer At Time Of Quote If Serialization Is Not Practical Due To Size, Material Property, Unreasonable Or Excessive Cost. ra001: This Document Incorporates Technical And/or Quality Requirements (identified By An 'r' Or An 'i' Number) Set Forth In Full Text In The Dla Master List Of Technical And Quality Requirements Found On The Web At: http://www.dla.mil/hq/acquisition/offers/eprocurement.aspx for Simplified Acquisitions, The Revision Of The Master In Effect On The Solicitation Issue Date Or The Award Date Controls. For Large Acquisitions, The Revision Of The Master In Effect On The Rfp Issue Date Applies Unless A Solicitation Amendment Incorporates A Follow-on Revision, In Which Case The Amendment Date Controls. rp001: Dla Packaging Requirements For Procurement rq011: Removal Of Government Identification From Non-accepted Supplies rc001: Documentation Requirements For Source Approval Request (sar) rq002: Configuration Change Management - Engineering Change Proposal Request For Variance (deviation Or Waiver) rq009: Inspection And Acceptance At Origin class I Ozone Depleting Chemicals Are Not To Be Used Nor Incorporated In Any Items To Be Delivered Under This Contract.this Prohibition Supersedes All Specification Requirements But Does Not Alleviate Any Product Requirements. Substitute Chemicals Must Be Submitted For Approval Unless They Are Authorized By The Specification Requirements. the Government Procuring Activity Has Determined That Surplus Is Not Acceptable For This Nsn. (end Of Tq Requirement) mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Any Hardware Or Supplies Furnished Under This Contract. Exception: Functional Mercury Used In Batteries, Fluorescent Lights, Required Instruments; Sensors Or Controls; Weapon Systems; And Chemical Analysis Reagents Specified By Navsea. Portable Fluorescent Lamps And Portable Instruments Containing Mercury Shall Be Shock Proof And Contain A Second Boundary Of Containment Of The Mercury Or Mercury Compound. (iaw Navsea 5100-003d). aircraft Launch And Recovery Equipment (alre) Critical Application Item source Approval - To Be Eligible For Award Under This Solicitation, An Offeror Must Be An Approved Source Or Provide The Product Of An Approved Source As Determined By The Engineering Support Activity, Naval Air Warfare Center (nawc) Aircraft Division Lakehurst. The Criteria And Procedures For Source Approval Are Contained In Part I Of The Naval Inventory Control Point (navicp) Philadelphia Brochure Entitled "source Approval Information Brochure For Spares". The Latest Version Of This Brochure May Be Obtained By Accessing Navicp's Website: https://www.navsup.navy.mil, Our Team, Navicp, Business Opportunities, Commodities, Source Approval Request (sar) Brochure Spares to Assist In The Determination Of Source Approval, The Offeror May Be Required To Submit To A Survey Prior To Award In Which Nawc Lakehurst
may Participate. in Addition, The Offeror Must Provide The Following Information, Which May Be Considered In Determining Whether The Offeror Is An Approved Source: (1) A Source Approval Letter From Navicp's Engineering And Product Support Directorate; Or; (2) Other Evidence Indicating That The Offeror Meets The Source Approval Criteria. all Requests For Waivers Or Deviations Classified As Critical, Major, Or Minor Must Be Forwarded To The Dsc Contracting Officer For Review And Approval. all Items Of Supply Shall Be Marked Iaw Mil-std-129. In Addition, Each Unit Pack Will Be Marked With Lot And Serial Number (if Available), Contractor's Cage Code, Actual Manufacturer's Cage Code And Part Number. (february 2016) this Material Must Meet Navair Aircraft Launch & Recovery Equipment Traceability Requirements. Bare Item Markings Shall Be Iaw The Technical Data Drawings Provided. bare Item Material Shall Be Marked With Contract Number, Nawc Cage, And Part Number Unless Otherwise Specificied On Associated Drawing. If A Conflict Exists With Marking Requirements Of This 82n Alre/se Item, The Associated Drawing Requirements Shall Apply. note: This Is A Restricted Source Item And Requires Engineering Source Approval By The Government Design Control Activity. the Following Contract Data Requirements Lists (cdrls), Dd Form 1423s, Apply To This Procurement. Review The Technical Data Package (tdp) For Additional Information. unless Waived, The Following Cdrls Apply: -first Article Testing Report
-production Test And Inspection Report
-certificate Of Quality Compliance
-test Report For Radiographic Inspection
-welding Procedures
-weld Procedure Qualification Report
-welder Performance Qualification Report
-welder Level Iii Cert Report
-weld Visual Inspection Procedure
-welder Qualification Training Procedure
-welder Maintenance Of Quality Report clause 52.246-15, Certificate Of Conformance, Is Not Authorized For This Nsn. item Unique Identification Is Not Required By Request Of The Service Customer. Dfars 252.211-7003(c)(1)(i) Applies. rq040: Non-destructive Testing (ndt) Accreditation Requirements rq039: Non-tailored Higher-level Quality Requirements (sae As9100) For
manufacturers And Non-manufacturers critical Application Item general Atomics 4xb60 P/n 34000d1532803 iaw Reference Drawing Nr 16236 Cn016669621
revision Nr B Dtd 04/17/2024
part Piece Number: iaw Reference Qap 16236 Sqap016669621qa
revision Nr B Dtd 04/16/2024
part Piece Number: iaw Reference Qap 16236 Sqap016669621cfat
revision Nr Dtd 02/12/2020
part Piece Number: iaw Reference Qap 16236 Cdrl016669621
revision Nr Dtd 02/28/2024
part Piece Number:
5911-5920 of 6033 archived Tenders