Cable Tenders
Cable Tenders
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
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.
;
Closing Date27 Jan 2025
Tender AmountRefer Documents
North Eastern Railway - NER Tender
Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
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
Closing Date29 Jan 2025
Tender AmountRefer Documents
Department Of Education Division Of Surigao Del Sur Tender
Food Products
Philippines
Details: Description Meals And Snacks With Venue Day 1- February 06, 2025 1 "am Snacks: Empanada, Canned Juice, Prawn Crackers" 100.00 152 Pax 2 "lunch: Rice, Beef Steak, Garlic Chicken, Tinolang Isda, Fruits, Softdrinks" 350.00 152 Pax 3 "pm Snacks: Hawaiian Pizza, Fit N' Right, Peanuts" 100.00 152 Pax Day 2- February 07, 2025 4 "am Snacks: Banana Cake, Canned Juice, Peanuts" 100.00 150 Pax 5 "lunch: Pork Sinigang, Beefsteak, Fish Fillet, Rice, Fruit Salad" 300.00 150 Pax 6 "pm Snacks: Empanada, Canned Juice, Prawn Crackers" 100.00 150 Pax Xxxxxxnothing Followsxxxxxx Food Minimum Requirements: Food Server, Food Station 1 For Every 50 Participants And 2 Stations Fro 50 Up Participants (to Avoid Traffic), Water Station, Coffee Station Venue Minimum Requirements: Available Genset In Case Of Power Outage, Wifi, Projector Screen, Sound Sytem With Bluetooth Or Cabled Connectivity, 2 Functional Wireless Microphone With Reserve Batteries, Emergency Lights, Standby Technical Staff, Air-conditioned, Trash Bins, Philippine Flag, Podium Xxxxxxnothing Followsxxxxxx For Training-workshop On The School Mooe Web-based Monitoring System Delivery Period: February 6-7, 2024 Delivered To: Tandag City, Surigao Del Sur This Is To Submit Our Price Quotations As Indicated Above Subject To The Terms And Conditions Of This Rfq
Closing Date4 Feb 2025
Tender AmountPHP 188.2 K (USD 3.2 K)
DEPT OF THE NAVY USA Tender
Others
United States
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
\
Closing Date8 Jan 2025
Tender AmountRefer Documents
City Government Iligan Tender
Civil And Construction...+1Civil Works Others
Philippines
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)
Closing Date7 Jan 2025
Tender AmountPHP 3.3 Million (USD 58.2 K)
Municipality Of Hinunangan, Southern Leyte Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Southern Leyte Municipality Of Hinunangan Invitation To Bid For Purchase/installation Of Sound System Project Id: 2025gf-09/2025276 1. The Municipality Of Hinunangan, Through The General Fund Of Lgu Budget Fy 2025 Intends To Apply The Sum Of Six Hundred Thousand Pesos Only (php 600,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Purchase/installation Of Sound System. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item Description Quantity Unit Sound System 1 Set Passive Speaker 2 – Way Speaker, Bass – Reflex Type Frequency Range (-10db) 50 Hz – 20 Khz Nominal Coverage H 90˚ V 60˚ Components Lf 10” Cone, 2” Voice Coil (ferrite Magnet) Hf 1” Voice Coil, Compression Driver (ferrite Magnet) Crossover 2.8 Khz Power Rating Noise 175w Pgm 350w Peak 700w Nominal Impedance 8ω Spl Sensitivity (1w; 1m On Axis) 94db Spl Peak (calculated) 123 Db Spl I/o Connectors ¼” Phone X 1, Speakon Nl4mp X 1 Power Amplifier 8 Ohms : 500 W Per Channel 4 Ohms : 800 W Per Channel 2 Ohms : 500 W Per Channel Efficient Class – D Amplifier Power Boost Mode Digital Routing Of Inputs & Outputs Xlr, 1/4:”, Speakon & Binding Post Peq, Crossover, Filters, Delay D – Contour Multi – Band Dynamic Processing 12 Channel Console Mixer 12 – Channel Mixing Console Max. 6 Mic / 12 Line Inputs (4 Mono + 3 Stereo) 2group Buses + 1 Stereo Bus 2 Aux (inct. Fx) 1-knob Compressors High-grade Effects; Spx With 24 Programs 24 – Bit / 192 Khz 2in / 2out Usb Audio Functions Connection Kit / Lightning To Usb Camera Adapter Pad Switch On Mono Inputs +48v Phantom Power Internal Universal Power Supply For World-wide Use Xlr Balanced Outputs Dual Wireless Microphone System Dual Diversity Receiver, And (2)handheld Microphone Transmitters Rf Level Switch Between 1mw And 10mw 2 “aa” Batteries Up To 10 Hours Of Battery Life Bottom On/off Switch Design Anti – Rolling Ring On Grille For Pg28 Power And Battery Status Led 6 Color Rings For Microphone Identification Transmitter Type : Handheld Dimensions : 254 Mm X 51 Mm Diameter Rf Output Power : 1 Battery, Endurance : 10 H Weight : 270 G Audio Input Level : -20 Dbv Maximum Equipment Rack And Wall Bracket Speaker Cable With Speakon Connector 20m Microphone Cable 10 Mtrs. With Connector Mini Pl To Pl Connector Microphone Stand 2. The Municipality Of Hinunangan Now Invites Bids For The Purchase/installation Of Sound System. Delivery Of The Goods Is Required Within 15 Calendar Days. Bidders Should Have Completed, Within Six Months 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. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. (i) 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. 4. Interested Bidders May Obtain Further Information From Municipality Of Hinunangan, Southern Leyte And Inspect The Bidding Documents At The Address Given Below During Office Hours 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 7-27, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php 1,000.00). 6. The Municipality Of Hinunangan Will Hold A Pre-bid Conference On January 14, 2025 At 2:00 Pm At The Bac Office 1st Floor New Municipal Building, Hinunangan, Southern Leyte, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 27, 2025 At 2:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 27, 2025 At 2:00pm At The Bac Office 1st Floor New Municipal Building, Hinunangan, Southern Leyte. 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. 8. The Municipality Of Hinunangan, Southern Leyte 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. 9. For Further Information, Please Refer To: Emely M. Pamo Supply Officer 1 Lgu-hinunangan, Southern Leyte Contact No.: 09100655564 Email Address:lguhinunangan@yahoo.com ====================================================================================== (sgd)jocelyn D. Reytas Bac Chairperson Noted: Sgd)engr. Reynaldo C. Fernandez Municipal Mayor
Closing Date27 Jan 2025
Tender AmountPHP 600 K (USD 10.2 K)
Municipality Of Caibiran, Biliran Tender
Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
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
Closing Date17 Jan 2025
Tender AmountPHP 256.4 K (USD 4.3 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Description: Sources Sought Notice
sources Sought Notice
page 6 Of 6
sources Sought Notice
*= Required Field
sources Sought Notice
page 1 Of 6
this Request For Information (rfi) Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation.
the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far 15.201(e).
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
sources Sought Description
this Is Not A Solicitation Announcement. This Is A Sources Sought/rfi Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 339112 (size Standard 1,000). Responses To These Sources Sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After A Review Of The Responses To This Sources Sought, A Solicitation Announcement May Be Published. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement.
the Department Of Veterans Affairs (va), Visn 22 Network Contracting Office, Is Seeking Sources To Provide A Swinging Bucket Rotor That Meets The Following Salient Characteristics And Specifications For Va Tuconshealthcare System.
**manufacture Is Beckman Coulter**
item #
description/part Number*
qty
1
lumify Rugged System Bundle L12-4 Nush021
4
salient Characteristics
salient Characteristics Lumify Rugged System L12-4 Nush021
must Have 2 To 4 Mhz Extended Operating Frequency Range.
aperture Size Must Be 34mm.
scan Depth Must Be 12cm.
must Have 2d, Pulsed Wave And Steerable Color Doppler, M-mode, Advanced Xres, Multivariate Harmonic Imaging, Sonoct And B-line Detection In Lung Imaging.
must Have A Center Line Marker.
must Have A Usb-c Transducer With Replaceable Cable.
the Information Identified Above Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality Of The Supplies/services That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Supplies/services That Fulfill The Required Specifications.
if You Are Interested And Are Capable Of Providing The Sought Out Supplies/services, Please Provide The Requested Information As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions:
(1) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service Disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)?
(2) Is Your Company Considered Small Under The Naics Code Identified Under This Rfi?
(3) Are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above?
(4) If You Are A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available).
(5) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified?
(6) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Number.
(7) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Items/solution You Are Providing Information For Available On Your Schedule/contract?
(8) Please Provide General Pricing Of Your Products/solution For Market Research Purposes.
(9) Please Submit Your Capabilities In Regards To The Salient Characteristics Being Provided And Any Information Pertaining To Equal To Items To Establish Capabilities For Planning Purposes?
(10) Please Review Salient Characteristics/statement Of Work (if Applicable) And Provide Feedback Or Suggestions. If None, Please Reply As N/a.
(11) Please Provide Your Sam Identification Number.
(12) Please Provide A List Of Detail Requirements And Drawings.
*** Submissions Addressing Section (8) Should Show Clear, Compelling And Convincing*** Evidence That All Equal To Items" Meet All Required Salient Characteristics.
responses To This Notice Shall Be Submitted Via Email To Carlo.manuel@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Wednesday December 27, 2023, At 1:00 Pm Pst. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Request For Information. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
Closing Date6 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Quotes And No Contract Will Be Awarded From This Announcement. The Government Will Not Provide Any Reimbursement For Responses Submitted In Response To This Source Sought Notice. Respondents Will Not Be Notified Of The Results Of The Evaluation.
if A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interest Parties Must Response To That Solicitation Announcement Separately. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation
the Purpose Of This Announcement Is To Perform Market Research To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 517810, (n061) With A Size Standard $40 Million. The Department Of Veterans Affairs (va), Network Contracting Office 1 (nco 1) Is Seeking To Identify Any Vendor Capable Of Providing Ehrm Nextgen Wifi Upgrades Per The Statement Of Workâ below.
this Sources Sought Notice Provides An Opportunity For Respondents To Submit Their Capability And Availability To Provide The Requirement Described Below. Vendors Are Encouraged To Submit Information Relative To Their Capabilities To Fulfill This Requirement, In The Form Of A Statement That Addresses The Specific Requirement Identified In This Sources Sought. Information Received From This Sources Sought Shall Be Utilized To Facilitate The Contracting Officer S Review Of The Market Base, For Acquisition Planning, Size Determination, And Procurement Strategy.
submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Services Are Invited To Submit A Response To This Sources Sought Notice By 12pm Est, January 3, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Issa.shawki@va.gov With Sources Sought #36c24125q0170 In The Subject Line. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
interested Parties Should Complete The Attached Sources Sought Worksheet. Parties May Submit Additional Information Related To Their Capabilities, Provided It Contains All The Requirements Contained In The Sources Sought Worksheet. Responses To This Sources Sought Shall Not Exceed 8 Pages. In Addition, All Submissions Should Be Provided Electronically In A Microsoft Word Or Adobe Pdf Format.
attachment 1
sources Sought Worksheet
qualification Information:
company / Institute Name: _______________________________________________________
address: ______________________________________________________________________
phone Number: ________________________________________________________________
point Of Contact: _______________________________________________________________
e-mail Address: ________________________________________________________________
unique Entity Identifier (uei) #:â ___________________________________________________
cage Code: __________________________________________________________________
sam Registered: (y / N)
other Available Contract Vehicles Applicable To This Sources Sought (gsa/fss/nasa Sewp/etc): __________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
socio-economic Status:
vip Verified Sdvosb: (y / N)
vip Verified Vosb: (y / N)
8(a): (y / N)
hubzone: (y / N)
economically Disadvantaged Women-owned Small Business: (y / N)
women-owned Small Business: (y / N)
small Business: (y / N)
note: Respondent Claiming Sdvosb And Vosb Status Shall Be Registered And Center For Veterans Enterprise (cve) Verified In Vetbiz Registry Www.vetbiz.gov.
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Sdvosb, Vosb, Small Businesses Or Procured Through Full And Open Competition.
capability Statement:
provide A Brief Capability And Interest In Providing The Service As Listed In Attachment 2 Statement Of Work With Enough Information To Determine If Your Company Can Meet The Requirement. The Capabilities Statement For This Sources Sought Is Not A Request For Quotation, Request For Proposal, Or Invitation For Bid, Nor Does It Restrict The Government To An Ultimate Acquisition Approach, But Rather The Government Is Requesting A Short Statement Regarding The Company S Ability To Provide The Services Outlined In The Sow. Any Commercial Brochures Or Currently Existing Marketing Material May Also Be Submitted With The Capabilities Statement. This Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. The Government Will Not Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation.
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
attachment 2
statement Of Work
ehrm Nextgen Wifi Upgrades
1. General Intent:
the Contractor Shall Furnish All Labor, Tools, Materials And Equipment To Support Installation Of New Wifi Access Points At Veterans Health Administration Boston Healthcare System (vha Bhs), Brockton Campus, Located At 940 Belmont Street, Brockton, Massachusetts 02301. The At&t Nextgen Wifi Contractor Is Responsible For The Bulk Of The Work Under A Separate Oi&t Contract. Please Note That The Scope Of This Work Is Limited And Specifically As Listed Below. General Contractor S Employees And Sub-contractor Employees Shall Not Enter The Va Medical Center Site Or Project Site Without Appropriate Va Issued Piv Badge. See Specification 01 00 00 Subpar 1.5 Construction Security Requirements For More Full Requirements.
2. Statement Of Work:
provide And Install Conduit, Raceways, Horizontal And Vertical Penetrations, And Fire Stopping To Support Nextgen Wifi Installation On The Vha Bhs Brockton Campus.
work Shall Include:
1. Installation Of 61 Access Points. Access Points Shall Be Provided By The Va, But The Mounting Brackets Shall Be Provided By The Contractor.
2. Installation Of 2,400 Linear Feet Of Conduit, Including Junction Boxes, Pull Cords, And Fire Stopping, Throughout The Medical Center. Existing Conduit Paths Between Floors/it Rooms Will Not Have The Capacity For More Cable And New Conduit Paths Will Need To Be Created.
3. Installation Of Approximately 12,000 Linear Feet Of Cat 6a Cable From Aps To Nearest It Rooms And Terminating In A Patch Panel.
4. Installation Of Up To Five (5) Category 6a Patch Panels. Patch Panels Shall Be Compatible With The Existing Network Rack/enclosure Systems And Patch Panels.
5.installation Of Up To Fifty (50) J-hook Cable Supports Where Additional Cable Supports Are Required Above Existing Suspended Ceiling Assemblies.
6. Patch And Paint And Walls Or Ceilings Damaged During Installation To Pre-installation Conditions
7. Paint Exposed Conduit In Finished Areas To Match Surrounding Walls/ceilings. Contact The Cor For Specific Paint Colors.
the Majority Of The Work Will Be Performed During Business Hours, Monday Thru Friday, 6:30 Am To 4:30 Pm. The Medical Center Reserves The Right To Require Portions Of The Work Be Conducted Off-hours In Areas Where Noise Or Vibration Will Disrupt Patient Care.
3. Period Of Performance:
3.1 Work Timelines And Completion Progress Shall Be Communicated To The Cor For Tracking Purposes.
â
3.2 Work Described In Section 2 Shall Be Completed Within Ninety (90) Days Of Issuance Of The Notice To Proceed.
4. References:
4.1 Va Oehrm Site Infrastructure And End User Device (eud) Requirements Version 2.0â
4.2 Infrastructure Standards For Telecommunications Spaces Version 4.0â (datedâ augustâ 21, 2020)â
5. Specifications:
division 01 - General Requirements
01 00 00 General Requirements
01 32 16.15 Project Schedule
01 33 23 Shop Drawings, Product Data, And Samples
01 35 26 Safety Requirements
01 74 19 Construction Waste Management
division 07 Thermal And Moisture Protection
07 84 00 Firestopping
division 27 Communications
27 05 11 Requirements For Communications Installations
27 05 33 Raceways And Boxes For Communications Systems
27 15 00 Communications Structured Cabling
6. Submittals:
the Contractor Shall Submit The Following Submittals For Review:
product Data And Sample Of Conduit Or Raceway.
as-built Drawings For All Data Locations And Labels. The Contractor Shall Provide The Central Drawing Set To The Owner At The End Of The Project. The Marked-up Drawing Set Will Accurately Depict The As-built Status Of The System.
7. Records Management Obligations
a. Â applicability
this Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists. Â
b. Â definitions
Federal Record As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them. Â
the Term Federal Record:
1. Includes Vha Records.â
2. Does Not Include Personal Materials.
3. Applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their Vha Contract.
4. May Include Deliverables And Documentation Associated With Deliverables.
c. Â requirements
1. Contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.â
2. In Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.â
3. In Accordance With 36 Cfr 1222.32, The Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.â
4. Vha And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of Vha Or Destroyed Except In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage, Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, The Contractor Must Report To Vha. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230.
5. The Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records, Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records, And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records, And/or Equipment Is No Longer Required, It Shall Be Returned To Vha Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand-carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4).
6. The Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material, And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Vha Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
7. The Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Vha Policy.â
8. The Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Vha Information That Is Not Specifically Tied To Or Authorized By The Contract.â
9. The Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.â
10. The Vha Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Vha Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20.
11. Training. Â all Contractor Employees Assigned To This Contract Who Create, Work With Or Otherwise Handle Records Are Required To Take Vha-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.â
** Vha Training For Contractors Is Available In Talent Management System (tms):
Records Management For Records Officers And Liaisons, Item #3873736
d. Â flow Down Of Requirements To Subcontractors
1. The Contractor Shall Incorporate The Substance Of This Clause, Its Terms, And Requirements Including This Paragraph, In All Subcontracts Under This [contract Vehicle], And Require Written Subcontractor Acknowledgment Of Same.â
2. Violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor.
Closing Date3 Jan 2025
Tender AmountRefer Documents
Bureau Of Fisheries And Aquatic Resources Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Details: Description No. "item Description (item Name & Technical Specifications)" Qty. Unit Approved Budget For The Contract (abc) 1 Desktop Computer 2 Unit 99998 Processor: 13th Gen Intel Core I3-13100 Processor (4-core, 12mb Cache, 3.4 Ghz To 4.5 Ghz) Operating System: Windows 11 Pro (genuine) Graphics Card: Intel Uhd Graphics 730 With Shared Graphics Memory Memory: 8 Gb, 1 X 8 Gb, Ddr4, 3200 Mhz Storage: 256gb M.2 Pcie Nvme Solid State Drive Wireless:realtek Wi-fi 6 Rtl8852be, 2x2, 802.11ax, Mu-mimo, Bluetooth Wireless Card Power:300 W Bronze Internal Power Supply Unit (psu) "front Ports: 1 Global Headset Jack 2 Usb 2.0 Ports 1 Usb 3.2 Gen 1 Type-c Port 1 Usb 3.2 Gen 1 Type-a Port" "rear Ports: 1 Audio Line-out Port 1 Hdmi 1.4b Port 1 Displayport 1.4 2 Usb 3.2 Gen 1 Type-a Ports 2 Usb 2.0 Ports 1 Rj-45 Ethernet Port 1 Ac Power-supply Port 1 Kensington Cable Lock Port" "same Brand Monitor: Diagonal Size: 24"" Display Type: Led-backlit Lcd Monitor Resolution: Full Hd (1080p) 1920 X 1080 Connectivity Interfaces: Hdmi And Vga " Items Included: Usb Mouse And Keyboard Same Brand Of Desktop Computer And Hmdi And Power Cables For Desktop And Monitor Warranty: 1 Year Laptop Computer 7 Unit 349993 Processor: Amd Ryzen 5 3500u Mobile Processor (4c/8t, 6mb Cache, 3.7ghz Boost) Display: 14.0-inch, Fhd (1920 X 1080) 16:9, Anti-glare Display, 220nits, Ntsc: 45% Memory: 8g Ddr4 On Board, 8gb Ddr4 So-dimm Storage: 512gb M.2 Nvme Pcie® 3.0 Ssd O.s.: Windows 10 Pro Wifi: Wi-fi 6(802.11ax) (dual Band) 2*2 + Bluetooth 5.2 "camera 720p Hd Camera" "power Supply 65w Ac Adapter, Output: 19v Dc, 3.42a, 65w, Input: 100~240v Ac 50/60hz Universal" "i/o Ports 1x Usb 2.0 Type-a 1x Usb 3.2 Gen 2 Type-c Support Display / Power Delivery(optional) 2x Usb 3.2 Gen 2 Type-a 1x Hdmi 1.4 1x Vga Port (d-sub) 1x 3.5mm Combo Audio Jack 1x Rj45 Gigabit Ethernet 1x Dc-in" Warranty: 1 Year Printer 3 Unit 54000 Printer Type: Print, Scan, Copy, Fax With Adf Printing Technology: Piezoelectric Printhead Print Speed: Up To 33.0 Ppm (black) /15.0 Ppm (color) Copy Speed: Up To 7.7 Ipm(black) / 3.8 Ipm (color) Maximum Copies From Standalone: 99 Copies Maximum Copy Resolution: 600 X 600 Dpi Maximum Copy Size : Legal Scanner Type: Flatbed Color Image Scanner Sensor Type: Cis Optical Resolution: 1200 X 2400 Dpi Adf Function: Paper Capacity 30 Sheets (a4 Paper), 10 Sheets (legal) Interface: Usb 2.0 And Ethernet, Wi-fi Ieee 802.11b/g/n, Wi-fi Direct Mobile And Cloud Printing: Yes Control Panel : 1.44" Color Lcd Screen "operating System Compatibility: Windows Xp / Xp Professional / Vista / 7 / 8 / 8.1 / 10 Windows Server 2003 / 2008 / 2012 / 2016 / 2019 Mac Os X 10.6.8 Or Later" Warranty: 1 Year Office Tablet 4 Unit 96000 Dimension: 257.1 X 168.7 X 6.9 Mm Weight: 491 G Ram: 4gb - 8gb, 2133 Mhz Storage: 64gb - 128gb Battery: 7040 Mah, Li-polymer Os: Android 13 Sim Card: Nano-sim Wi-fi: Direct Wi-fi Display Usb: Type C Total 599,991.00
Closing Date3 Feb 2025
Tender AmountPHP 599.9 K (USD 10.2 K)
8791-8800 of 9163 archived Tenders