Cable Tenders

Cable Tenders

Cpd Construction Division Tender

Works
Others...+1Electrical and Electronics
United Kingdom
Closing Date7 Jan 2025
Tender AmountGBP 265.5 K (USD 328.8 K)
Details: Installation Of 9 New Roof Mounted Pv Installations At The Niea Hq, Antrim Road, Lisburn For Daera. Also To Include Extension Of The Automatic Meter Reading System (amr), Works To Ensure No Backfeeding Into The Standby Generator, Associated Structural Works And Nie Paperwork. The Works Shall Also Include For All Necessary Services Links To The Existing Electrical Infrastructure Including Ct Connections On The Main Site Switchboard As Detailed In This Specification. Works Shall Also Include The Extension Of The Existing Automatic Meter Reading System (amr) On The Site To Allow Full Recording And Monitoring Of The Electricity Generated By The Pv Systems And Shall Also Ensure Correct Monitoring Of The Standby Generator To Ensure That It Is Protected From Back Feeds From The Pv Systems In The Vent Of A Mains Failure And During Testing Of The Generator. The Works Shall Include The Supply, Delivery, Off-loading, Erection, Connection, Testing And Commissioning Of All Plant And Materials For A Complete, Safe And Satisfactory Installation Including All Necessary Low Voltage Switchgear, Low Voltage Cabling And All Necessary Electrical Works For A Fully Operational Integrated System. In Order To Apply For This Project You Must Be Registered On The Cpd Dynamic Shortlisting System – Electrical. Refer To Contract Notice For Categories. Information About The Cpd Dynamic Shortlisting System, Including Details On How To Register, Can Be Found At Https://www.finance-ni.gov.uk/articles/how-register-cpd-dynamic-shortlisting-system

Rail Wheel Plant - RWP Tender

Goods
Electrical Goods and Equipments...+1Electrical and Electronics
Ireps
India
Closing Date20 Jan 2025
Tender AmountINR 7.5 Million (USD 87.6 K)
This is an estimated amount, exact amount may vary.
Details: Description :supply And Testing Of Complete Set Of 3-phase Thyristor Controller Set With 01 Cpu, 03 Thrist or Module 250a And Connecting Communication Cables For Tpf/thf. Operating Voltage : 100 To 600 Vac (+1 0% - 15%) Accuracy : Better Than 1% Frequency : 47 To 63 Hz, Control Type : Single Phase, 3 X Single Phase , 2 X Single Phase, Load Type : Standard Resistive, Complex Restive, Inductive Load. Load Connection : Star without Neutral, Star With Neutral, Open Delta, Closed Delta (software Configurable) Firing Mode : Phase An gle, Half Cycle, Burst Firing, Fix Modulation Period, Logic Mode (software Configurable) No Of Analogue Inpu ts : 2, No Of Analogue Outputs : 1, No Of Digital Input/output : 2, 10v (potentiometer Supply) : 1, Communic ation : Ethernet (modbus Tcp), Feed Back : Open Loop, Vsq, Isq, True Power, Configuration Port : Available ( software Configurable), Display : 4 Lines Up To 10 Character With Indication & Process Values, Humidity : 5 % To 95%rh (none Considering), Protection : Ip10(en60529), Operating Temp. : 0 Deg Celsius To 50 Deg Cel sius Model : Epower/3ph/250a/600v Of Make : Eurotherm Or Similar [ Warranty Period: 30 Months After T he Date Of Delivery ] ]

Central Railway - CR Tender

Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Closing Date20 Jan 2025
Tender AmountRefer Documents 
Description: Scrap Condemned/abandoned Railway Quarters - 29 Nos. And Service Buildings - 10 Nos. Type Of Quarters :- K Type Qtrs - 16 Nos, Ty Type Qtrs - 09 Nos, Tyc - 1 Type Qtr - 01 Nos, Rbi Type Qtrs - 03 Nos. Total :- 29 Nos. & Service Bldg. Track Cabin/sub Cabin/sub Station/b Station Total : - 10 Nos. Grand Total = 39 Units. Consisting Of - Steel (ms Grill, Window Bar, Stair Case & Bar, Ms Angle, Roof Truss, Shutters, Steel Tank) Structural Rails, Channels, Etc.) Wooden, Mangalore Tiles, Ceramica Tiles, Gi Sheets/pipes, Ac Sheets, Flooring (pcc), Brick Masonary, Stone Masonary, Rcc/pre Cast Slab/reinforcement, Etc. Remarks - Lot Is Approachable For Quarters Pakka Road, Service Bldg - By Kachcha Road. The Delivery Will Be Made On As Is Where Is Basis And By Lot Basis. The Items Mentioned In The Description Only Will Be Delivered. Lot Number Is Exhibited/painted On The Structure. The Quantity Is Worked Out On Approximate Basis. The Delivery Will Be Made On Lot Basis, And No Part Delivery Will Be Allowed. Materials Like Electric Wires, Fittings & Cables And Other Such Kind Of Materials. Available Inside The Building/structure, Which Is Not Within The Scope Of Lot Description, Shall Be Handed Over By The Purchaser To Custodian. The Items Used In Fencing Around The Structure Such As Rail, Tie Bar, Jali, Stone, Bricks, Wooden Pillar Or Any Other Items And Similar Type Of Material Lying Nearby The Structure/lot Will Not Be Delivered. Dismantling& Cutting Is Allowed For Easy Loading Purpose At The Risk & Cost Of The Purchaser. Dismantling Is Permitted Upto Ground Level Only. The Purchaser Should Ensure That During Dismantling & Cutting Operation No Nearby Structure/building Should Be Affected And Take Necessary Care/safety Precautions To Avoid Any Mishap As Well As Damage To Railway Property. The Purchaser Will Be Fully Responsible If Any Accident/unusual Incident Occurs At Worksite/place During Dismantling. Extra Precaution To Be Taken If There Are Trees Near The Structure Or Its Branches Are Spread Over The Same. Purchaser Has To Ensure That Train Operations And Other Railway Work Should Not Be Disturbed/affected During Dismantling/cutting Of Materials. After Complete Removal Of Pcc/bricks/rubble Masonry And Rubbish From The Site, Delivery Of Other Items Will Be Permitted, And The Land Should Be Cleared Of All Debris Before Completion Of Delivery. The List & Location Of Quarters Are Available With Stockholder. Since The Service Buildings Are In Ghat Section Purchaser Has To Take Care Of Labours From Wild Animals/snakes Etc. Materials Which Cannot Taken By Road Of Service Buildings In Ghat Section Purchaser Will Request The Stockholder For Arranging Materials Train To Shift To The Nearest Loading Point. Stockholder Has To Arrange Materials Train For Shifting The Materials During Block Period Only. Purchaser Has To Arrange Labours For Loading The Materials In Material Van During Block Period. Fencing At Km 120/500-600 Upper Bhor Ghat Outside The Service Building Not In Lot And Not To Be Dismantled. Service Bldg. At Km 129/900 & 112/800 To Be Dismantled During Block Period Only Or As Suggested By Stockholder. Purchaser Should Personally Visit The Site And The See The Lot In Regard To Loading/lifting Since The Service Buildings Are In Karjat - Khandala Ghat Section. No Claim Will Be Entertained After Sale Of Lot. Note - Free Delivery Period Up To 80 Days. Location - Quarters - Aagwali Chawl, Swaraj Nagar, Pf-3 Booking Office Side & Service Buildings - Km 104/1, Km 106/900, Km 107/400, Km 109/600, Km 112/800, Km 112/900, Km 120/0, Km 120/400, Km 124/400, Km 129/900. Qty - 01 By Lot. (39 Units) Stock Holder - Sse (wks) Lnl.

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n744.7|cfa|717-605-8197|jordan.d.neely@navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C And Section E.| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a|||||1-866-618-5988 - Wawf Helpdesk| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity (sep 2016)|2||| equal Opportunity For Veterans (jun 2020)|4||||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13||x|||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|335931|600|||||||||||| instructions To Offerors -- Competitive Acquisition (nov 2021)|2||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1.this Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2.the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 3.all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 4.if Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address, And Cage Of The Facility. 5.any Contract Awarded As A Result Of This Solicitation Will Be Do Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Shall Be A Rated Order. 6.if Drawings Are Included In The Solicitation, Access Needs To Be Requested On The Individual Solicitation Page Under Contract Opportunities On Sam.gov Website. After Requesting Access, Send An Email To The Poc Listed On The Solicitation. 9.offeror's Must Have A Valid U.s. Security Clearance Of Confidential Or Higher In Order To Respond To This Rfq N0010425qnb23, Because The Rfq N0010425qnb23 Includes An Annex Classified At The Confidential Level, Which Will Be Released Only To Offerors Possessing the Appropriate Clearance. All Classified Material Must Be Handled In Accordance With The National Industrial Security Program Operating (nspom)(dod 5220-22-m) And Industrial Security Regulation (dod 5220.22-r). \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Cable Assembly,spec . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order, however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.3 Identification Of Classified Documents - This Contract/purchase Order Requires The Contractor To Have Authorized Access To Classified Documents In Accordance With The Attached Contract Security Classification Specification (dd Form 254). The Classified Documents And Security Level Are: ;iaw Dwg 5894148 Rev J Para 3.2.1.1dwg 5759651 Requires Dd254.; drawing Data=15252 |10001| -|ws |d|0000.i | -|49998|0017894 drawing Data=15252 |10001| -|ws |d|0000.ii | -|49998|0022083 drawing Data=15252 |10001| -|ws |d|0001 | -|49998|0022449 drawing Data=15252 |10001| -|ws |d|0002 | -|49998|0039075 drawing Data=15252 |10001| -|ws |d|0003 | -|49998|0039563 drawing Data=15252 |10001| -|ws |d|0004 | -|49998|0032743 drawing Data=15252 |10001| -|ws |d|0005 | -|49998|0035391 drawing Data=15252 |10001| -|ws |d|0006 | -|49998|0041103 drawing Data=15252 |10001| -|ws |d|0007 | -|49998|0040455 drawing Data=15252 |10001| -|ws |d|0008 | -|49998|0036962 drawing Data=15252 |10001| -|ws |d|0009 | -|49998|0054705 drawing Data=5893737 |53711| T| |d|0001 | T|49998|0150596 drawing Data=5893737 |53711| P|pl |d|0001 | P|49998|0021727 drawing Data=5894148 |53711| J|doc|d|0001 | J|49998|0213481 drawing Data=5906555 |53711| G| |d|0001 | G|49998|0273301 drawing Data=5906555 |53711| G|fn |d|0001 | G|49998|0273323 drawing Data=6105233 |53711| D|fn |d|0001 | D|49998|0058098 drawing Data=6105244 |53711| D|fn |d|0001 | D|49998|0054172 drawing Data=6105308 |53711| B|fn |d|0001 | B|49998|0056160 drawing Data=6105321 |53711| F|fn |d|0001 | F|49998|0072768 drawing Data=6105323 |53711| C|fn |d|0001 | C|49998|0060916 drawing Data=6105355 |53711| D|fn |d|0001 | D|49998|0055168 drawing Data=6105356 |53711| C|fn |d|0001 | C|49998|0056491 drawing Data=6120457 |53711| B|fn |d|0001 | B|49998|0228728 drawing Data=6120458 |53711| A|fn |d|0001 | A|49998|0039654 drawing Data=6120458 |53711| A|fn |d|0002 | A|49998|0022255 drawing Data=6120458 |53711| A|fn |d|0003 | A|49998|0025947 drawing Data=6120458 |53711| A|fn |d|0004 | A|49998|0021640 drawing Data=6120458 |53711| A|fn |d|0005 | A|49998|0024338 drawing Data=6120458 |53711| A|fn |d|0006 | A|49998|0027564 drawing Data=6120458 |53711| A|fn |d|0007 | A|49998|0035673 drawing Data=6120458 |53711| A|fn |d|0008 | A|49998|0028395 drawing Data=6120458 |53711| A|fn |d|0009 | A|49998|0027065 drawing Data=6120458 |53711| A|fn |d|0010 | A|49998|0025363 drawing Data=6239880 |53711| C|fn |d|0001 | C|49998|0181784 drawing Data=6239881 |53711| -| |d|0001 | -|49998|0026066 drawing Data=6239881 |53711| -| |d|0002 | -|49998|0036108 drawing Data=6239881 |53711| -| |d|0003 | -|49998|0047138 drawing Data=6239881 |53711| -| |d|0004 | -|49998|0034939 drawing Data=6239881 |53711| -| |d|0005 | -|49998|0038089 drawing Data=6239881 |53711| -| |d|0006 | -|49998|0036272 drawing Data=6239881 |53711| -| |d|0007 | -|49998|0038761 drawing Data=6239881 |53711| -| |d|0008 | -|49998|0025166 drawing Data=6239881 |53711| A|fn |d|0001 | A|49998|0038710 drawing Data=6239881 |53711| A|fn |d|0002 | A|49998|0025455 drawing Data=6239881 |53711| A|fn |d|0003 | A|49998|0029623 drawing Data=6239881 |53711| A|fn |d|0004 | A|49998|0022958 drawing Data=6239881 |53711| A|fn |d|0005 | A|49998|0026582 drawing Data=6239881 |53711| A|fn |d|0006 | A|49998|0025696 drawing Data=6239881 |53711| A|fn |d|0007 | A|49998|0027845 drawing Data=6239881 |53711| A|fn |d|0008 | A|49998|0022382 drawing Data=6239882 |53711| A|fn |d|0001 | A|49998|0038669 drawing Data=6239882 |53711| A|fn |d|0002 | A|49998|0026068 drawing Data=6239882 |53711| A|fn |d|0003 | A|49998|0027259 drawing Data=6239882 |53711| A|fn |d|0004 | A|49998|0029032 drawing Data=6370928 |53711| -| |d|0001 | -|49998|0040873 drawing Data=6370928 |53711| -| |d|0002 | -|49998|0045573 drawing Data=6370928 |53711| -| |d|0003 | -|49998|0057163 drawing Data=6370928 |53711| -| |d|0004 | -|49998|0047097 drawing Data=6370928 |53711| -| |d|0005 | -|49998|0057486 drawing Data=6370928 |53711| -| |d|0006 | -|49998|0053496 drawing Data=6370928 |53711| -| |d|0007 | -|49998|0048208 drawing Data=6370928 |53711| -| |d|0008 | -|49998|0023367 drawing Data=6370928 |53711| A|fn |d|0001 | A|49998|0113604 drawing Data=6370928 |53711| A|fn |d|0002 | A|49998|0073756 drawing Data=6370928 |53711| A|fn |d|0003 | A|49998|0087005 drawing Data=6370928 |53711| A|fn |d|0004 | A|49998|0074493 drawing Data=6370928 |53711| A|fn |d|0005 | A|49998|0089297 drawing Data=6370928 |53711| A|fn |d|0006 | A|49998|0085026 drawing Data=6370928 |53711| A|fn |d|0007 | A|49998|0074676 drawing Data=6370928 |53711| A|fn |d|0008 | A|49998|0036940 drawing Data=6370928 |53711| 1|1n |d|0001 | 1|49998|0085282 drawing Data=6657093 |53711| A|fn |d|0001 | A|49998|0071141 document Ref Data=mil-std-129 | | |p |041029|a| |03| document Ref Data=iso9001 | | | |010417|a| | | document Ref Data=mil-std-973 | | | |950113|a| |03| 3. Requirements 3.1 Design, Manufacture, And Performance - Except As Modified Herein, the Cable Assembly,spec Furnished Under This Contract/purchase Order Shall Meet The design, Manufacture, And Performance Requirements Specified On Drawing ;5893737; cage ;53711; . 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-129; . 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.3.1 Configuration Control - When The Contractor Has Received Authorization On A Prior Contract For The Same Nsn For The Use Of A Drawing Of A Later Revision Status, That Authorization Is Hereby Extended To All Succeeding Contracts/purchase Orders Until another Drawing Revision Is Approved. The Contractor Will Notify The Pco Of This Occurrence In Each Instance, In The Response To The Solicitation. Such Notification Shall Be In Writing Setting Forth The Contract Under Which The Prior Authorization Was Granted, the Date Of The Granting Of The Authorization, And The Name Of The Granting Authority. Contractors Shall Also Refer Technical Inquiries (other Than Those Covered By Mil-std-973) On Company Letterhead Signed By A Responsible Company Official, With Copies Distributed As Stated Below. The Original And Two Copies Of All Contractor Generated Correspondence Regarding Configuration Shall Be Submitted To Contracting Officer, Navicp-mech, P.o. Box 2020, Mechanicsburg, Pa 17055-0788. Contractors Are Cautioned That Implementing Engineering Changes, Waivers, Deviations Or Technical Inquiries Into The Contract/purchase Order Without Approval Of The Contracting Officer Will Be At The Sole Risk Of The Contractor. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 3.5 Security Clearance Required - This Contract/purchase Order Requires The Contractor To Have A Government Security Clearance In Accordance With The Attached Contract Security Classification Specification (dd Form 254). 3.6 Production Lot Approval (contractor Testing) - Production Lot Test And Approval Is Required. 3.7 ;to Become A Qualified Manufacturer Of Any Of The Cables Listedabove, The Contractor Must Manufacture Two (2) Each Of The 5w1,5w2, 5w7, And 5w8 Cable Assemblies And Test Them Iaw Therequirements Of Specification 53711-5894148, Rev J.; 3.8 Serialization - The Supplier Shall Mark A Serial Number On Each Cable Assembly,spec In Accordance With ;iaw 5893737 Rev T Note 24 iaw 5894148 Rev J Para 3.3.4; . Actual Serial Numbers Will Be Assigned ;apply A Government Serial Number To Each Unit Manufactured. Serial Number Shall Be Obtained From Commander, Nuwc Division Newport, Newport, Ri 02841-1708.serial Numbers Are Now Obtained From Nuwc Newport By Sending nuwc_npt_serialnumbers@navy.mil ; . 3.9 Marking - This Assembly And Its Piece Parts Shall Be Physically Identified In Accordance With Mil-std-130. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Quality System Requirements - The Supplier Shall Provide And Maintain A Quality System Acceptable To The Government. The Quality System Requirements Shall Be In Accordance With Iso 9001. 4.2.1 ;suppliers Currently Using And Maintaining Inspection System Requirements To mil-i-45208 Are Granted Permission To Utilize This If Desired. ; 4.3 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.4 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During the Performance Of The Contract And For A Period Of Four Years After Final Delivery Of Supplies. 4.5 ;fat Testing, All Cdrls And Production Lot Testing Has Been Waived For Otsi.; 4.6 Production Lot Test (contractor) - The Contractor Shall Perform Production Lot Testing In Accordance With ;iaw Drawing 5894148 Rev J. Para 4.2.2.1 ; . 4.7 First Article Test/inspection (contractor) - The Contractor Shall Conduct ;critical Item Production Fabrication Specification Drawing 5894148 Rev J. ; First Article Test/inspection On ;2 ; Unit(s) In Accordance With Requirements ;paragraph 3.2.1.1 paragraph 3.2.1.3 And 4.2.4.3; . 4.8 Quality Conformance Inspection - The Contractor Is Responsible For Conducting A Quality Conformance Inspection In Accordance With ;quality Conformance Inspection Iaw Dwg 5894148 Rev J Paragraph 4.2 ; , Paragraph ;paragraph 4.2.1.3 Documentation.; And Preparing An Inspection Report In Accordance With The Contract Data Requirements List, Dd Form 1423. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 ;the Classified Documents And Security Level Are: Iaw Dwg 5894148 Rev J Para 3.2.1.1; Dwg 5759651 Requires Dd254.; date Of First Submission=030 Dac ;preproduction Tests Are Those Tests Performed On The Sampleselected As Specified In 4.2.1.1 To Verify That The Requirementsof This Specification Are Met Prior To The Start Of Production.the Preproduction Tests Are Detailed In Figures 2 And 3. ; date Of First Submission=asreq ;copies Of The Certificate Of Quality Compliance Cdrls Shall Bedelivered To The Engineering Support Activity, Nuwc Newport: Nwpt.nuwc_8554_qapcdrl@navy.mil james.c.ferguson1.civ@us.navy.mil patrick.r.faerber.civ@us.navy.mil recommend A Post Award Conference Be Conducted With The Contractorsupplier To Review The Item Key Features. The Governmentengineering Support Activity, Nuwc Newport, Would Like Toparticipate In The Conference If One Is Scheduled. ; date Of First Submission=asreq submit Before Material Delivery A Certificate Of Compliance Per Di-misc-81356 To Block 14 Addresses. A Separate Certificate Of Compliance Shall Be Prepared And Submitted For Each Unique Combination Of Contract/purchase Order Number, National Stock Number And item Nomenclature Specified In The Schedule Of Supply/services. ;copies Of The Certificate Of Quality Compliance Cdrls Shall Bedelivered To The Engineering Support Activity, Nuwc Newport: Nwpt.nuwc_8554_qapcdrl@navy.mil james.c.ferguson1.civ@us.navy.mil patrick.r.faerber.civ@us.navy.mil recommend A Post Award Conference Be Conducted With The Contractorsupplier To Review The Item Key Features. The Governmentengineering Support Activity, Nuwc Newport, Would Like Toparticipate In The Conference If One Is Scheduled. ; date Of First Submission=030 Dac ;copies Of The Certificate Of Quality Compliance Cdrls Shall Bedelivered To The Engineering Support Activity, Nuwc Newport: Nwpt.nuwc_8554_qapcdrl@navy.mil james.c.ferguson1.civ@us.navy.mil patrick.r.faerber.civ@us.navy.mil recommend A Post Award Conference Be Conducted With The Contractorsupplier To Review The Item Key Features. The Governmentengineering Support Activity, Nuwc Newport, Would Like Toparticipate In The Conference If One Is Scheduled. ;

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n7m2.23|bsh|see Email|genevieve.e.miller2.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving||tbd|n00104|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity (sep 2016)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| option For Increased Quantity (mar 1989)|1|365| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| annual Representations And Certifications (may 2024)|13|335311|800 Employees|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| this Amendment Is To Extend The Due Date To 01/10/2025. this Amendment Is To Increase The Quantity Of The Following Subclins: 0001aa Increased From Quantity 6 To Quantity 28. 0001ab Increased From Quantity 6 To Quantity 19. the Close Date Of This Solicitation Is Extended From 28 Oct 2024 To 07 Nov 2024. Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^ all Freight Is Fob Origin. this Rfq Is For A Buy. The Resultant Award Of This Solicitation Will Be Issuedgovernment Source Inspection Is Required. Unit Price:__________ Firm Total Price:__________ Firm Procurement Turnaround Time (ptat) :__________ Awardee Cage: __________ Inspection & Acceptance Cage, If Not At Source:__________ Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________ important Traceability Notice: If You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide A Letter/official Email From The Oem Confirming Your Company Is Authorized An Authorized Distributor Of Their Items. the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Cable Assembly,spec . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Cable Assembly,spec Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;53711 5543462-005; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n97113a|fbb|717-605-4356|joshua.d.martin76.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| special Shipping And Marking Instructions|6|x||x|||| 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|tbd|n/a|n/a|n/a|n/a|joshua.d.martin76.civ@us.navy.mil| note For Contractor/administrative Contracting Officer|3|||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| annual Representations And Certifications (may 2024)|13|335931|600|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| rfq Closing Date Has Been Extended Until Cob, 08 Jan 2025. 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'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein. to View The Drawings go To Www.https://www.sam.gov click: Contract Opportunities And Enter The Solicitation Number. This Gives You Access To The Electronic Solicitation. Drawings Can Be Viewed Or Downloaded. government Source Inspection Per Far 52.246-2 Is Required. delivery_______________days. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Cable Assembly . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.1.3 The "document Changes" Section Provides Supersessions/changes To Referenced Documents. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Drawings Shall Take Precedence. Nothing In This Contract/purchase Order, However, Shall Supersede applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. drawing Data=17552 |10001|15|od |d|0001 |15|49998|1805890 drawing Data=7123519 |53711|ac| |d|0001 |ac|49998|0497748 drawing Data=7123520 |53711|af| |d|0001 |af|49998|9293925 drawing Data=7123737 |53711| N| |d|0001 | N|49998|2332499 drawing Data=7123838 |53711| B| |d|0001 | B|49998|1625765 document Ref Data=mil-std-130 | | |m |051202|a| | | document Ref Data=mil-std-202 | | |g |030718|a| |01| 3. Requirements 3.1 Manufacturing And Design - The Cable Assembly Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;p/n: 7123737-13 Rev N (53711); . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 Ordinance Document (od) Controlled Items - Award For An Item Will Be Made Only To The Vendor(s) Listed On ;od36190; . A Substitute Item Is Not Authorized Without Prior Testing And Approval. Contractors Are Cautioned That Award Of This Contract/purchase Order Will Not Be Delayed Solely For The Purpose Of Approving Additional Sources. Contractors Desiring To Provide A Substitute Item Are Urged To Contact The Government Pco To Arrange For Testing And, If Approved, Added To The Od as An Approved Source Of Supply For Subsequent Procurements. p/n: 7123737-13 Rev N (53711) 7123838-1 Rev B - Approved Source Of Supply Belden (cage 16428) p/n Y59925 7123520-17 Rev Af - Approved Source Of Supply L-com (cage 43321) p/n Tds8pc6 alt Part 7123520-2 - Approved Source Of Supply L-com (cage 43321) alt P/n Tds8pc5 7123519-59 Rev Ac - Approved Source Of Supply L-com (cage 43321) p/n Mpc45d70-blk \

North Eastern Railway - NER Tender

Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Closing Date29 Jan 2025
Tender AmountRefer Documents 
Description: Items Contained In Scrap Industrial Waste Products Arising In Mechanical Workshop Izatnagar Consisting Of Items: 1. Decolite Released From Floor Of Coaches. 2. Broken Glass, Unserviceable Cotton Rag. Scrap Timber, Decolem, Unserviceable Gunny Begs, Canvas And Formica Released From Coaches.3. Sawing Mixed With And Rubbish. Burnt Materials, Broken Ceramic Items, Thermocol Etc. 4. Small Broken Pieces Of Plywood, Unserviceable Released Packing Wood Fire Wood. 5. Small Broken Pieces Of Rubber Released From Roofs Of Coaches. Decayed And Unserviceable Rubber Components. 6. Broken And Unserviceable Pieces Of Asbestos Cement Seats Released From Shops. 7. Scrap Pieces Of Unserviceable And Broken Fire Bricks. 8. Unserviceable Pieces Of Stones, Bolder, Broken Concrete Foundation And Unserviceable Pieces Of Other Bricks. 9. Floor Sweeping Consisting Of Sand, Mud, Scrap Paper, Broken Mirrors Shrubs Including Dried Grass And Leaves, Broken Decolite And Released/broken Glasses From Windows, Ashes From Other Burnt Materials, Coal/coke Ashes And Debris Slag/mud Released From Tanks, Bosch Talk, Bogie Cleaning Tank. 10. Corroded And Unserviceable Ferrous Pieces Corroded Ms Turning-boring Chips Mixed With Soil And Floor Sweepings Either In Pieces Or Converted To Big Lumps Forms Which Are Inseparable. 11. Pvc Aluminum Cables Of Different Sizes With Rubbish Released From Coaches And Fuse Without Ferrous Fitting. 12. Damaged And Condemned Rubber Hose And Pvc Pipe Pieces Of Different Sizes Damaged Torn Vacuum Hose Pipe Without Universal Coupling. 13. Damaged And Condemned Foam Rubber Pieces Recron. 14. Decayed Plywood, Hardwood Seat And Roof Felt, Glass Wool, Roll Packing, Compreg Board, Hard Wood Sheet Sand Wood Pieces. 15. Condemned/ Unserviceable Wooden Seats Without Rexene And Ferrous Fittings. 16. Unserviceable Scrap, Released Rexine Pieces, Pvc Seats, Foam Coir Seats And Rubber Round Washer, Packing Rings. 17. Broken Damaged Unserviceable Scrap Released Sunmica Pieces. 18. Unserviceable Frp Products Like Window Shutters, Lavatory Wall Protector, Commode Chute, Fish Tails, Banjo Shutters, Mouldings, Channel Etc. Front And Rear Co Axle Boxes Etc. 19. Engineering Garbage Not Required By Iow And Generated Inside Workshop Like Tree Branches, Loose Earth Etc. 20. Unserviceable Primary And Secondary Filter. 21. Miscellaneous Rubbish Including Condemned Greasy/oily Waste, Oily Dirt & Mud Mixed With Rubbish Heaps Excluding Sludge Oil. 22. Off Cuts Of New Unusable Plywood/compreg/hardwood Sheets Of Various Sizes. 23. Off Cuts Of New Unusable Pvc Sheets. 24. Old/unserviceable/decomposed/perished/torn Uic Rubber Vestibule, Rubber Hoses O Rings, Diaphragms, Washers, Pads, Felt Ring Etc. 25. Broken/faded/decayed, Sunmica, Limpet Sheets & N.f.t.c. 26. Broken/ Unserviceable Plastic, Synthetic, Nylon, Phenolic, Acetal, Hppe, Polysterresinbushes. 27. Broken/ Unserviceable Glasses Of All Types. 28. Scrap Paper, Cord Board Cartoons, Packing Material. 29. Condemned Bakelite Cover, Switches, Fuses, Boards (including Small Metallic Pieces Integral These Items But Metallic Portion). 30. Unserviceable Ceramic Vent Plug From Tl Battery, Float With Float Guide Of Tl Battery, Frp Tray Of Battery Box, Frp Blade Of Fan Etc. 31. Broken/damaged/ Unserviceable Lavatory Doors With Or Without Latch/handle And Other Ferrous Fittings Small Iron Pieces. 32. Less Than Five Feet, Ferrous,(not More Than 2 Kgs Will Be Delivered) Non Ferrous Will Be Delivered If Found Available In Lot. Lying In Motor Garage Shop/ws/izatnagar In Two Parts Qty.1769 Cum At Rubbish Yard Gst 5%) Fdp Will Be 80 Days Approved By Competent Authority

CARLOS BOTONG FRANCISCO MNHS Tender

Others
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 261.3 K (USD 4.4 K)
Details: Description Rfq No.: 2025-01-001 Request For Quotation The Department Of Education – Carlos “botong” V. Francisco Memorial National High School Through Its Bids And Awards Committee, Will Undertake An Alternative Method Of Procurement Through Shopping For The Item/s Stated Below, In Accordance With Section 52.1(b), Of The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184 Or The Government Procurement Reform Act (gpra): Description Approved Budget For The Contract (abc) Inclusive Of Vat Supply And Delivery Of Consumables For Junior High And Senior High Of Cbfmnhs Php 261,305.00 Delivery Date: 5 Calendar Days Upon Receipt Of Purchase Order Delivery Venue: Carlos “botong” V. Franciso Memorial National High School, Grand Valley Ph4, Botong Ave., Mahabang Parang, Angono, Rizal Award Of Contract Shall Be Made To The Bidder With The Lowest Quotation For The Subject Items Which Comply With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein: Documents For Submission (certified True Copy If Not Original): 1. Latest Mayor’s Permit 2. Dti Certificate 3. Bir Registration Certificate 4. Philgeps Registration Number 5. Price Quotation 6. Tax Clearance Quotations/proposals And Documentary Requirements Shall Be Put In Sealed Expandable Brown Envelope And Must Be Delivered/submitted To The Address Below On Or Before January 21, 2025, 7:00 A.m. Late Proposals Shall Not Be Accepted. Opening Of Quotations / Proposals Shall Be On January 21, 2025, 7:30 A.m. At Carlos “botong” V. Franciso Memorial National High School, Grand Valley Ph4, Botong Ave., Mahabang Parang, Angono, Rizal. Please Quote Your Lowest Net Price To The Government, Taxes/ Vat Included, Stating The Terms Of Payment And The Shortest Time Of Delivery Of The Items Per Specifications Indicated Above And Furnishing Description, Brochures, Catalog And/or Literature, If Available. In Case You Are The Exclusive Manufacturer/distributor/dealer In The Locality, State So In Your Quotation. Note: Please Submit Quotation (hard Copy) And Required Documents ( With Ear Tag/ Tabbing) In A Sealed And Signed Envelope To: Contact Person : Jaszen Noel B. Sanchez Bac Secretariat Contact No. : (02)70072585 Place Of Submission : Bids And Committee (bac) Office, Carlos “botong” V. Franciso Memorial National High School, Grand Valley Ph4, Botong Ave., Mahabang Parang, Angono, Rizal. The Deped/carlos Botong V. Francisco Mnhs – Bac Reserved The Right To Accept Or Reject Any Quotations / Proposals, And To Annul The Procurement Process And Reject All Quotations / Proposal At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Carlos Botong V. Francisco Mnhs – Bac Also Reserves The Right To Waive Any Required Formality In The Proposals Received, And Select The Proposal Which It Determines To Be The Most Advantageous To The Government. For Further Information, Please Refer To: Jaszen Noel B. Sanchez Bac Secretariat Carlos “botong” V. Franciso Memorial National High School Grand Valley Ph4, Botong Ave., Mahabang Parang, Angono,rizal Contact Nos. . (02) 7-007-2585 Email Address: Maria.guevarra003@deped.gov.ph Benjamin V. Barcelona Jr. Bac Chairperson Annex A Price Quotation Form Date: ________________________ Bac Chairperson Deped-carlos “botong” V. Franciso Mnhs Mahabang Parang, Angono, Rizal Sir / Madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s As Follows: Quantity Unit Description Unit Cost Total Contract Cost For Junior High School 70 Ream A4 Size Bond Paper (70gsm) 75 Ream Legal Size Bond Paper (70gsm) 100 Ream White Woven , Groundwood Substance 20 1 Box Brown Envelope, Long 1 Pack Folder Plain, Long 1 Piece Aluminum Extension Ladder 20 Ft 3 Gallon Disinfectant And Mosquito Repellent Sprayer Solution,2 In 1 Fogging Solution,kills 99% Germs Combined With The Power Of Citronella,disinfectant Fog Machine Solution,fog Machine,mosquito Repellent,organic Solution For Fogging Machine,safe Sol 100 Piece Notebook / Notepad 100 Piece Gtech Fine .04 1 Piece Executive Swivel Chair Withy Footrest 10 Bag Cement (40kg) 1 Gravel And Sand-half Elf 10 Piece Steel Gauge 10mm(6m) 10 Piece Gi Sheet 0.5mm 1 Piece Door Knob 20 Piece Curtain (window) , Color : Nude/ Brown , Thick 5 Piece Curtain (window) , Color : Cream/ White , (inner) 2 Piece Hdmi Cable (5 Meters) 10 Box Binder Clips - Big 1 Roll Rg59 Siamese Coaxial Cable (for Cctv) 6 Piece Dc Plug Male And Female (for Cctv) 10 Piece Blue Pvc Pipe 1" 1 Piece Bidet - Brand : Birke 3 Piece Fire Extinguisher , 10 Lbs 1 Pack Developer For Photocopier 1 Pack Toner For Photocopier 1 Piece Drum For Photocopier 1 Piece Cleaner Blade For Photocopier 2 Piece Labeler Subtotal >>>>>>>> For Senior High School 1 Piece Printer Ink Tank Wireless, All In One Multifunction Color Jet Ink Jet 3 Gallon Alcohol, 70% 15 Piece Diswashing Sponge 200 Pack Rags, Round 20 Roll Trash Bag (large) 20 Roll Trash Bag (xl) 15 Pouch Detergent Powder, All Purpose 15 Gallon Dishwashing Liquid 15 Gallon Hand Washing Liquid 15 Liter Zonrox 3 Piece Toilet Faucet, Stainless Steel 6 Piece Led Saving Light (tube, Daylight,18w) 5 Piece Led Bulb (10 Watts) 1 Piece White Board With Aluminum Frame (3 Ft By 3 Ft) Subtotal >>>>>>>> Grand Total Amount In Words: __________________________________________________________________________________ __________________________________________________________________________________ The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. Very Truly Yours, ____________________________ Name / Signature Of Representative ____________________________ Name Of Company ____________________________ Contact No./email Address Annex B Technical Specifications I Hereby Certify To Comply All The Above Requirements: Quantity Unit Of Measure Item Description Statement Of Compliance (“comply” Or “not Comply”) For Junior High School 70 Ream A4 Size Bond Paper (70gsm) 75 Ream Legal Size Bond Paper (70gsm) 100 Ream White Woven , Groundwood Substance 20 1 Box Brown Envelope, Long 1 Pack Folder Plain, Long 1 Piece Aluminum Extension Ladder 20 Ft 3 Gallon Disinfectant And Mosquito Repellent Sprayer Solution,2 In 1 Fogging Solution,kills 99% Germs Combined With The Power Of Citronella,disinfectant Fog Machine Solution,fog Machine,mosquito Repellent,organic Solution For Fogging Machine,safe Sol 100 Piece Notebook / Notepad 100 Piece Gtech Fine .04 1 Piece Executive Swivel Chair Withy Footrest 10 Bag Cement (40kg) 1 Gravel And Sand-half Elf 10 Piece Steel Gauge 10mm(6m) 10 Piece Gi Sheet 0.5mm 1 Piece Door Knob 20 Piece Curtain (window) , Color : Nude/ Brown , Thick 5 Piece Curtain (window) , Color : Cream/ White , (inner) 2 Piece Hdmi Cable (5 Meters) 10 Box Binder Clips - Big 1 Roll Rg59 Siamese Coaxial Cable (for Cctv) 6 Piece Dc Plug Male And Female (for Cctv) 10 Piece Blue Pvc Pipe 1" 1 Piece Bidet - Brand : Birke 3 Piece Fire Extinguisher , 10 Lbs 1 Pack Developer For Photocopier 1 Pack Toner For Photocopier 1 Piece Drum For Photocopier 1 Piece Cleaner Blade For Photocopier 2 Piece Labeler For Senior High School 1 Piece Printer Ink Tank Wireless, All In One Multifunction Color Jet Ink Jet 3 Gallon Alcohol, 70% 15 Piece Diswashing Sponge 200 Pack Rags, Round 20 Roll Trash Bag (large) 20 Roll Trash Bag (xl) 15 Pouch Detergent Powder, All Purpose 15 Gallon Dishwashing Liquid 15 Gallon Hand Washing Liquid 15 Liter Zonrox 3 Piece Toilet Faucet, Stainless Steel 6 Piece Led Saving Light (tube, Daylight,18w) 5 Piece Led Bulb (10 Watts) 1 Piece White Board With Aluminum Frame (3 Ft By 3 Ft) _________________________ ____________________________ _______________ Name Of Company / Bidder Signature Over Printed Name Date Of Representative Annex C Schedule Of Requirements Bidders Must State Either “comply” Or “not Comply” Or Any Equivalent Term In The Column “statement Of Compliance” Against Each Of The Individual Parameters Of Each “specification”. Please Do Not Just Place Check In The Bidder’s “statement Of Compliance”. Item Specification Delivery Date 1 Supply And Delivery Of Consumables For Junior High And Senior High Of Cbfmnhs Php 261,305.00 1. Schedule Of Delivery Delivery Of All The Above Item/s Shall Be Three (5) Calendar Days Upon Receipt Of Purchase Order (po). I Hereby Certify To Comply And Deliver All The Above Requirements: _____________________________ _______________________________ ____________ Name Of Company / Bidder Signature Over Printed Name Date Of Representative Annex D Terms And Conditions 1. Service Provider Shall Provide Correct And Accurate Information Required In This Form. 2. The Service Provider Shall Ensure The Proper Disinfecting Of Goods Before Its Delivery To Carlos “botong” V. Franciso Mnhs. 3. The Service Provider Shall Observe Safety Protocols Against Covid-19 Especially In Proper Handling Of Goods. 4. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. Quotations Provided Herein Shall Remain Unchanged And Shall Be Used From The Evaluation And Calculation Of The Lessor’s Total Quotation To Contract Implementation And Payment. 5. Price Quotation/s To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. 6. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, And Other Terms And Conditions Stated Herein. 8. 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. 9. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Carlos Botong V. Francisco Mnhs - Bac 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. 10. Payment For The Supplies/services Shall Be Made Upon Full Completion Of Delivery. I Hereby Certify To Comply And Deliver All The Above Requirements: ____________________________ _________________________________ ____________ Name Of Company / Bidder Signature Over Printed Name Date Of Representative

City Government Iligan Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 3.3 Million (USD 58.2 K)
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 2 Cy 2024 , Intend To Apply The Sum Of P 3,381,096.77 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Stairs At Buhanginan Hills (near Girlscout Headquarters), Buhanginan Hills, Brgy. Pala-o, Iligan City With Project No. Cb(b)-24-149 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Improvement Of Stairs At Buhanginan Hills (near Girlscout Headquarters), Buhanginan Hills, Brgy. Pala-o, Iligan City General Requirements •permits And Clearances •facilities For The Engineers •installation Of Project Billboard- 2 Sets •occupational Safety And Health Program •mobilization And Demobilization Removal Of Obstructions •clearing/removal Of Obstruction •uprooting/cutting Of Trees Gravel Fill •100 Mm Thk. Gravel Base For Footings And Zocalo •75 Mm Thk. Gravel Base For Bench, Footing And Plantbox Flooring •50 Mm Thk . Gravel Base For Stair Steps Electrical Works •laying Of The Underground Or Overhead Power Cables Connecting To The Main Power Supply •installation Of Protection System And Outdoor Electrical'panel (nema Enclosure W/ 15at Circuit Breaker) •erection Of Modem-type Outdoor Lamp Posts And Bollards (including Foundations And Anchor Bolts) •complete Wiring Of The Luminaire To The Electrical Supply •installation Of Outdoor Junction Boxes For Protection And Organization •underground Cable Burial Or Concrete-embedding Of Cable For Cable Routing •proper Grounding Of The Lamp Posts,electrical Panel, And Other Metal Parts For Safety •concrete Pouring For Footings, Zocalo,columns, 75 Mm Thk. Concrete Flooring For Plantbox , 50 Mm Thk. Concrete Topping, Bench Footing And Bench, 100 Mm Thk. Concrete Flooring For Landing And Stair Steps With Pebble Topping. •installation Of Formworks And Falseworks For Columns, Bench, Concrete Topping, And Stairs (steps And Landing) •removal Of Formworks And Falseworks Steel Reinforcements And Steel Works •installation Of 12 Mm Ø Dsb For Footings And Columns (bedbars And Vertical Bars) Installation Of 10 Mm Ø Dsb For Column Lateral Ties, Concrete Flooring For Plantbox, Concrete Topping, Bench Footing And Bench, Concrete Flooring For Landing And Stairs •installation Of 50 Mm Ø G.i. Pipe Schd. 40 For Lamp Post •installation Of 50 Mm Ø G.i. Pipe Schd. 40,25 Mm X 25 Mm X 3mm Angle Bar And 50 Mm X 50 Mm Wire Mesh (5mm Thk.) For Railings •installation Of 38 Mm Ø G.i. Pipe Schd. 40 For Bench Fabrication Masonry Works •piling Of 4" Thk. Chb At 800 Mm Height W/ 10mm Ø Dsb For Vertical And Horizontal Bars Sped At 0.60m O.c Bothways For Plantbox Softscape •installation Of Plantboxes With Plants And Frog Grass I. Construction Safety And Health Program (q = 1.00 Lumpsum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Ii. Project Billboard (q = 2.00 Set/s) Includes 4' X 8' Tarpaulin Print Billboard, 8' X 8' Tarpaulin Print Billboard, 2"x 2"x 8' Coco Lumber, 2"x 3"x 10' Coco Lumber, 2"x 3"x 14' Coco Lumber, Assorted Sizes C.w Nails. Iii. Mobilization & Demobilization (q = 1.00 Lot) Iv. Facilities For The Engineers (q = 1.00 Lot) Includes True-rms Clamp Meter, 400 A Ac/oc, 600v Ac/oc, Cat Iii 600 V Cat Iv 300 V, Fluke 325; Digital Light Meter, Up To 20,000 Lux, Fluke 941; Non-contact Voltage Tester,90 V Ac To 1000 V Ac, Cat V 1000, Fluke 2ac. V. Removal Of Structures And Obstruction (q = 55.56 Cu.m.) Includes Uprooting/cutting Of Trees. Vi. Earthworks (q = 59.82 Cu.m.) Includes Volume To Be Excavated, V = 39.82 Cu.m.;volume To Be Backfilled, V = 39.82 Cu.m.; Gravel Bedding, 1-1/2"ø, V = 20 Cu.m Vi . Steel Reinforcements & Steel Works (q = 9,083.70 Kgs.) Includes 12 Mm Dia. X 6m Dsb; 10 Mm Dia. X 6m Dsb; #16 G.i Tie Wire; 50 Mm Ø G.i. Pipe Schd. 40; 38 Mm Ø G.i. Pipe Schd. 40; 25.4 Mm Ø G.i. Pipe Schd. 40; 5mm Ø Thk. Wire X 50mm X 50mm Mesh Steel Matting; 25 Mm X 25 Mm X 3mm Thk. Angle Bar; Red Lead Metal Primer, Quick Dry Enamel Paint, Paint Brush; Welding Rod (e-6011). Viii. Concrete Works, Formworks And Scaffoldings (q = 47.04 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel, 4' X 8' X 1/4" Thk. Marine Plywood, 2" X 2" X 10' Sized Coco Lumber, Assorted Sized C.w Nails. Ix. Masonry Works (q = 194.40 Sq.m.) Includes 4" X 8” X 16" Chb, Portland Cement, Washed Sand, Pebbles. X. Electrical Works (q = 1.00 Lot) Includes Modern-type Outdoor Lamp W/ Post, 2m Height, W/ High-powered 50w Led Bulb, Daylight; Outdoor Bollard Fixture W/ 20w Led Bulb,ip65; Cu Wire,3.5mm2, Thhn/thwn-2, Stranded; Circuit Breaker,15a,2pole,220v,60hz; Circuit Breaker Enclosure, Nema 1,2p; Secondary Rack W/spool Insulator,2-pole,w/screws; Outdoor Junction Box, Ip65 Weather Water Proof, 80x50 Round/octa, W/ Rubber Gasket & Screws; Upvc Conduit Pipe,1/2"x3m; Electrical Tape,0.16x19x16000 Mm; Solvent Cement 200 Cc; Pvc Conduit Fittings And Connectors. Xi.softscape (q = 30.20 Sq.m.) Includes Softscape (includes Garden Soil (planting Medium), Ornamental Plants ,shrubs , Trees). Approved Budget For The Contract (abc): P 3,381,096.77 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Sixty-seven (167) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-149 (ceo-infra)

Municipality Of Caibiran, Biliran Tender

Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 256.4 K (USD 4.3 K)
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of The Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Acquisition Of Vehicle Parts & Accessories For Maintenance Location : Lgu, Caibiran, Biliran Delivery Period : 20 Days Abc : P256,450.00 Source Of Funds : Lce Capital 2025 All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Quantity Unit Item Description 1 1 Pc Accelerator 2 1 Pc Alternator Assembly 3 4 Pcs Battery 25mf Maintenance Free 4 1 Pc Battery 35mf Maintenance Free 5 2 Pcs Battery N70 Maintenance Free 6 4 Set Battery Terminal (positive/negative) Heavy Duty 7 20 Pcs Bolt For Backhoe 8 1 Pc Clutch Lining For Van 9 1 Pc Fuel Filter Primary Heavy 10 1 Pc Fuel Filter Secondary Heavy 11 1 Pc Fuel Filter For Van 12 1 Pc Fuel Filter 13 1 Pc Fuel Filter F5052 14 1 Pc Fuel Water Separator 15 3 Ltr Gasoline Engine Oil Synthetic 16 1 Ltr Gear Oil 90 Synthetic 17 1 Pc Hand Brake Cable 18 1 Set Handtaps 19 2 Pcs Hydraulic Fabricated Hose 20 3 Pail Hydraulic Oil # 10 21 7 Ltr Oil 40 Fully Synthetic 22 1 Pc Oil Filter 23 1 Pc Release Bearing 24 1 Pc Throttle Cable Backhoe 25 6 Pcs Tire 165/65 R13 Apv 26 2 Pcs Transmission Linkage 27 4 Pcs Wheel Cylinder Rubber Cap Advertisement : January 8, 2025 To January 15, 2025 Bid Evaluation : January 17, 2025 (10:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) 1. 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) 9184, Otherwise Known As The “government Procurement Reform Act”. 2. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 Until January 16, 2025, Except Holidays & Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos. [p500.00] 3. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 4. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Mun. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before January 17, 2025 At 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 5. Bid Evaluation Shall Be On January 17, 2025 At Exactly 10:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Lgu Caibiran Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. Checklist Of Eligibility Requirements For Goods Is Hereto Attached: First Envelope (technical Proposal) Note: All Document To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) Eligibility Requirements: Class A Documents 1. Philgeps Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A. Dti/sec/cda Registration B. Mayors Business Permit Or Its Equivalent Documents C. Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & Stamp Approved By The Bir D. Audited Financial Statement 2. Statement Of On-going Contracts 3. Statement Of Single Largest Completed Contract (slcc) 4. Nfcc Computation Of Committed Line Of Credit Class B Documents 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Ventures If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Production/delivery Schedule 4. Manpower Requirement 5. After-sales Services/parts, If Applicable 6. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. Second Envelope (financial Proposal) 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Certification If Claiming Preference As Domestic Bidder 3. Other Documents Required In The Bidding Documents Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid 2025philgeps005
7841-7850 of 8168 archived Tenders