Cable Tenders
Cable Tenders
National Farming Promotion Tender
Furnitures and Fixtures
Corrigendum : Closing Date Modified
Poland
Details: Ag.b.0162.1.2024.150.pt Kraków 02/08/2024 Price Inquiry Mon. Delivery and installation of air conditioners in the buildings of the Municipal Police Headquarters in Krakow at ul. Mogilska 109” The proceedings are in accordance with Decision No. 58/2021 of November 4, 2021 of the Provincial Police Commander in Krakow General information: 1. The offer should be sent by: August 12, 2024. Until 10.00. Please submit Offers and All Inquiries via the Purchasing Platform to the following address: https://malopolska-policja.eb2b.com.pl, "proceedings" tab - "list of open procedures". In case of problems with submitting an offer, please contact the Eb2b Helpdesk - Contact in the footer of the website. 2. The Offer should be prepared in accordance with this Request. II. Description of the Subject of the Order: Task No. 1 (Computer room, Building G) · Delivery of 2 pcs. of Lg Standard 2 S24et air conditioners or Kaisai Pro Heat Krp-24megi/krp-24mego or Gree Pular Pro Gwh24age-k6dna1a - To be selected by the Contractor and installation in the room On the first floor of the building (indoor units at a height of approx. 3 m, outdoor units on the façade of the building (height 8 meters from the ground). · Delivery and installation: O Air conditioner 1 - Refrigerant pipes 2 x approx. 7 Mb long, - Condensate pipe And a signal cable with a length of approx. 7 Mb, - trays for power cables with a length of approx. 2 x 11 m, - a power cable with a length of approx Mb, - Condensate and signal cable with a length of approx. 11 Mb, - Power cable trays with a length of approx. 10 M, dimensions allowing for the installation of two air conditioners, - Power cable with a length of approx. Performing a Leak Test, Creating a Vacuum, Starting the Air Conditioning, Replenishing the Refrigerant (if Indicated in accordance with the Air Conditioner's Documentation) · Powering the Air Conditioners from the Switchboard in the Building Corridor, Necessary to Connect the Power Cable to the Air Conditioner 2 in the Section Approx. 10 Meters Under the Suspended Ceiling, the Power Cable for Air Conditioner 1 Was Lead to the Room), Connection to the Switchboard on the Contractor's Side, Gravity Condensate Discharge to the Outside of the Building. Task No. 2 (room 102, Building G) · Delivery of a M-Lg, Gree or Vivax cassette air conditioner with a nominal cooling capacity of min. 7 KW and installation in the ceiling of the room at a height of approx. 3 M (requires disassembly of the suspended ceiling structure in place of the installed air conditioner and additional attachment of the structure to the ceiling (if necessary) · The external unit of the air conditioner should be mounted on the roof of the building covered with roofing felt, drilling through the roof is necessary (the first board is 24 cm thick, the second one is approx. 10 cm, distance between slabs approx. 1 meter, access to the roof via a roof hatch, - delivery and installation of: - refrigerant pipes approx. Power Cable Approx. 12 M long, - Roof culvert, - Outdoor unit bracket. · The place of drilling through the roof should be protected against moisture (an additional piece of insulation should be installed around the culvert) · Installation in the roof space should be protected · Performing a Leak Test, Creating a Vacuum, Starting the Air Conditioning, Replenishing the Refrigerant (if Indicated in accordance with the Air Conditioner Documentation), · Powering the Air Conditioners from the Switchboard in the Building Corridor, Connecting to the Switchboard on the Contractor's Side, Draining Condensate to the Roof of the Building Task No. 3 (Room No. 1 Building No. 9) · Delivery and installation of a ceiling-floor (ceiling) air conditioner with a nominal cooling capacity of min. 7.0 KW M-ki Lg, Gree or Vivax - To be selected by the Contractor (indoor unit at the ceiling at a height of approx. 3.30 M, Outdoor Unit on the Ground Next to the Building, • Delivery and Installation of: - Refrigeration Pipes 2 X Approx. 9 M, - Condensate and signal cable with a length of approx. 9 M, - Power Cord Length Approx. 25 M, - trays for refrigeration pipes with a length of approx. 7 M, - Trays for a power cable with a length of approx. 15 M, - Outdoor Unit Stand of the Outdoor Unit Enables Installation of the Unit at a Height of Approx. 40 Cm, · Power supply for air conditioners from the switchboard in the building corridor, connection to the switchboard on the Contractor's side, gravity drainage of condensate outside the building. Warranty Cards should be handed over to the Ordering Party's Representative. III. Conditions regarding the Offer and Order Fulfillment: 1. Payment for the Service within 30 Days from the date of receipt of a correctly issued invoice - by transfer to the account indicated by the Contractor. 2. Required Warranty Conditions for the air conditioner - in accordance with the Warranty of the Manufacturer of the installed device. 3. The offer must include all necessary materials for the installation and proper functioning of the devices. 4. The basis for issuing a VAT invoice will be the Work Acceptance Protocol, confirmed by the User. 5. The Contractor is responsible for any damage resulting from the work performed during the installation of air conditioning. 6. The Employer provides a basket lift or crane for the duration of the work. 7. The Ordering Party reserves the right to award an order for all or individual tasks or to refuse to award an order in the event of failure to obtain appropriate financial resources or when the price of the most advantageous offer exceeds the amount that the Ordering Party can allocate to finance the order. 8. The condition for the implementation of the service is to send the data of the persons performing the service at least 3 business days before the completion date (name and surname, PESEL number) and the Registration No. Vehicle Used for the Order In the event of no recommendation of the person(s), the Contractor will provide a replacement for other persons. 9. The Ordering Party recommends carrying out a visit to the place of execution of works in order to determine the conditions of execution of the order. The date of the visit should be set at Tel. No. 47 83 58 678. 10. The Ordering Party allows the possibility of submitting partial offers, i.e. For Individual Tasks. Order Completion Deadline: Up to 21 Calendar Days from receipt of the order, within the time agreed with the Ordering Party. Place of Order Fulfillment: Kwp in Krakow at ul. Mogilska 109. Contact numbers in the case: - Paweł Trela - 47 83 58 678, Iv. Criteria for Research, Evaluation and Selection of Offers: Lowest Price for the Implementation of Individual Tasks. V. Attachments: Offer Presentation Template Attachment No. 1
Closing Date23 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+4Others, Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: Synopsis:
introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For Project 562-22-700, Construct Ehrm Infrastructure Upgrades At The Erie Va Medical Center (vamc) Located In Erie, Pennsylvania.
project Description:
the Erie Vamc Is Seeking A General Contractor To Provide All Necessary Tools, Labor, Materials, Equipment, Permits, License, Supervision, And Quality Control For Ehrm Infrastructure Upgrades Erie, Pa At The Erie Va Medical Center, In Accordance With The Drawings And Specifications. Work Includes General Construction, Alterations, Grading, And The Following Infrastructure Improvements: Electrical Power (normal And Emergency); Bonding; Ups; Building Management System (bms) Interfaces; New And Upgrades Of Existing Hvac; Reconfiguration, Expansion, And Renovation Of Existing Spaces; Communication Infrastructure; Physical Security Upgrades; Upgrade Of Fiber Infrastructure Backbone Campus-wide, Within Buildings And Between Buildings; Construct New Data Center; Hazardous Material Abatement And All Necessary Removal Of Existing Structures And Construction Of Certain Other Items.
the Upgrade To The Infrastructure Will Include Campus Wide New Campus Wide Fiber Backbone Underground Routing And Will Require Excavation, Trenching, Reinforced Concrete Duct Bank With Associated Access Points. Campus Buildings Impacted By The Upgrades Include Buildings 1, 6, 7, 8, 11, 14, And 18. Upgrades In These Buildings Will Include Existing Rooms And Telecommunications Closets And Include Relocation, Reconfiguration, Expansion, And Renovation Involving New Walls, Doors And Finishes, Etc. Throughout Each Space.
construction Shall Comply With Va Infrastructure Standard For Telecommunications Spaces (ists) V4.0, June 1, 2023. New Data Center To Include Electrical Distribution, Cable Management, Data Cabinets, Finishes And Hvac. The Data Center Is Designed For And Meeting The Requirements Of A Small/medium Campus Support Center. The Data Center Shall Be Constructed To Withstand Blast Protection Requirements Per The Va Psrdm.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In March, 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 540 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Tools, Labor, Materials, Equipment, Permits, Licenses, Supervision, And Quality Control Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factor (far 15).
section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Six (6) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By January 15, 2025 At 1:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131
primary Point Of Contact:
leslie Prather
contract Specialist
leslie.prather@va.gov
secondary Point Of Contact:
samantha Mihaila
contracting Officer
samantha.mihaila@va.gov
Closing Date15 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Details: This Is A Request For Information (rfi) Only. There Is No Solicitation Package Available.
the Naval Air Warfare Center, Aircraft Division (nawcad) Lakehurst, Nj Is Issuing This Request For Information Notice To Conduct Market Research To Identify Potential Sources And Request Information For A Potential Procurement Of Rack Mounted Analog Discrete Input Measurement Instruments For The Engine Test Instrumentation Replacement System (etirs). The Instrumentation Must Meet Various Functions, And Each Instrument Can Fulfill One Or Multiple Functional Requirements.
this Is A Request For Information Only – Not A Request For Proposal. This Rfi Is Issued For The Purpose Of Determining Market Interest, Feasibility, And Capability Of Sources And Does Not Constitute A Request For Proposal Or Commitment By The Government. this Rfi Is Issued Sole For The Market Research Information And Planning Purposes And Does Not Constitute A Solicitation. information Herein Is Based On The Best Information Available At The Time Of Publication, Is Subject To Revision, And Is Not Binding Upon The Government. no Reimbursement Will Be Made Of Any Costs To Provide Information In Response To This Rfi Or Any Follow-up Information Requests. this Rfi Is A Market Research Tool Being Used To Determine Potential And Eligible Vendors Capable Of Meeting The Requirements Described Herein Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract.
navair Is Requesting Information On The Industry’s Capability Of Manufacturing Commercial Off The Shelf (cots) Or Modified Cots (mcots) Rack Mounted Mil-std-1553 Communication Performance Instruments That Meet Or Exceed The Requirements Below.
the Rack Mounted Mil-std-1553 Communication Performance Instruments Shall Meet Or Exceed The Performance/environmental Requirements Shown In The Following Functional Breakdown:
instrumentation Performance Requirements
mil-std-1553 Communication Performance Requirements
** Refer To The Tables In The Attached Instrumentation Characteristics Excel File For All Performance Requirements. The Performance Specification Is Export-controlled. In Order To Receive A Copy Of The Performance Specification Interested Respondents Must Be U. S. Dod Contractors. Interested Respondents Must Provide The Contracting Office Point Of Contact Identified Below With A Copy Of Their Current, Approved Form Dd2345, 'militarily Critical Technical Data Agreement'. Once Received And Current Jcp Certification Verified By Navair, The Draft Performance Specification Will Be Transmitted To You From Navair Via The Dod Safe System, To The Data Custodian You Have Identified On The Dd Form 2345. Contractors Must Request The Draft Performance Specification In Writing From Mr. Terrence Shearer, Terrence.d.shearer.civ@us.navy.mil.
acquisition Instrumentation Environmental Requirements
the System’s Equipment Design, Located Outside The Instrument And Control Room (i&c Cab), Shall Meet Class 1 Environmental Requirements As Defined In Table 2 Of Mil-prf-28800.
the System’s Equipment, Within The Instrument And Control Room (i&c Cab) Boundary, Design Shall Meet The Temperature And Humidity Requirements Of Class 4 Equipment In Section 3.9.2 Of Mil-prf-28800.
the System Shall Be Fully Operational During The Expected Shipboard Deck Environmental Vibration Levels As Described Per Mil-std-167-1a, Type 1 - Environmental Vibration.
the System’s Equipment Design Shall Comply With The Requirement Matrix For Navy Surface Ships And Navy Ground In Table 5 Of Mil-std-461 Or Equivalent.
cs115 (conducted Susceptibility, Bulk Cable Injection, Impulse Excitation) And Cs118 (personnel Borne Electrostatic Discharge) Are Specified As Applicable.
navair Is Requesting The Following Information From Industry Vendors To Demonstrate How They Can Meet The Requirements Listed Above:
vendor Capability.
vendor Capacity.
documentation Demonstrating That The Vendor Is Capable Of Manufacturing Cots And/or Modified Cots Rack Mounted Mil-std-1553 Communication Performance Instruments. Documentation Demonstrating That The Vendor Is Capable To Sustain The Product.
any Information On Past Performance Of Similar Efforts.
a Technical Data Sheet Describing The Electrical And Performance Characteristics Of The Instruments.
the Vendors May Also Respond With A Presentation Of 5 Slides Or Less With A Specific Focus On Explanation Of Data Sheets And Instrument Performance In Relation To Gfi Requirements.
navair Is Requesting The Following Information From Industry Vendors To Comprehend The Logistics Impacts Associated To Each Instrument:
how Long Will The Product Be Supported For Procurement And Repair?
does The Product Require Calibration?
if So, Does The Product Require Additional Equipment/tools To Calibrate?
all Interested Parties Should Have The Following:
a Quality Assurance Program Compliant With Iso9001 Or Equivalent.
test Data Demonstrating That The Above Performance And Environmental Requirements Have Been Met With The Proposed Rack Mounted Mil-std-1553 Communication Performance Instruments.
acquisition Instrumentation Software Requirements
instrumentation Shall Be Able To Be Controlled Through An Application Programming Interface (api) By Software Code Running On The Test Bench. Navair’s Preferred Apis Are Those Standardized Interfaces Defined And Managed By The Interchangeable Virtual Instrument (ivi) Foundation (https://www.ivifoundation.org) Including The Following:
vxi Plug & Play
standard Commands For Programmable Instrumentation (scpi)
virtual Instrument Software Architecture (visa)
interchangeable Virtual Instrument (ivi)
all Interested Parties Should Respond With Their Compliance With The Above Apis For Each Potential Offering. If A Vendor’s Instrument Is Not Compliant With The Above Apis, They Should State So And, Instead, Provide An Overview Of How To Programmatically Control Their Instrument, Including Any Required Drivers, Applications, Programming Languages, Operating Systems, Or Third-party Tools.
in Addition To Expressing Interest And Providing The Requested Information, Include Estimated Price Details. The Government Is Seeking Unit Price And Lead Time For Each Type Of Rack Mounted Data Acquisition Instrument Type. Brochures, Manufacturing Capability And Capacity, And Past Performance Information May Be Included In The Rfi Response.
to Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics Code Assigned To This Notice. Information Regarding Any Planned Similarly Situated Entity Should Be Included In Answering Any Questions Outlined In This Rfi In Order To Assist The Government’s Capability Determination.
far 52.219-14 Limitation On Subcontracting Requires A Small Business Prime On A Set-aside To Perform At Least 50% Of The Cost Of Contract Performance. Small Business Primes May Now Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of The Clause Deviation (52.219-14 Class Deviation 2020-o0008 Dated 04/03/20 At Https://www.acquisition.gov/browse/index/far).
interested Sources Should Provide Rfi Responses And Related Data To The Pocs Identified Below, No Later Than 30 Days After The Post Date Of This Rfi. All Information Sent Should Reference This Rfi Number On The Subject Response Line Of The Emailed Response As Well As On All Enclosed Documents. Responses Must Include The Company Name, Address, Point Of Contact Name And Email/phone, And Company Size. Proprietary Data Must Be Marked On A Page-by-page Basis And Will Be Kept Confidential And Protected Where So Designated. Failure To Respond To This Rfi Does Not Preclude Participation In Any Future Rfp That May Be Issued. Any Comments Provided May Or May Not Be Included In A Formal Solicitation. Respondents May Provide Information And Rough Orders Of Magnitude (rom) On Any Currently Available Product Or A Company's' Capabilities That Will Meet The Navy's Requirements.
responses Must Be Received No Later Than December 16th 2024 By 4pm Est.
Closing Date30 Jan 2025
Tender AmountRefer Documents
City Of Canlaon Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines City Of Canlaon Office Of The Bids And Awards Committee Invitation To Bid For The Improvement Of Plaza The Local Government Of Canlaon City, Through The Aip 2023, Ord. No. 116, Series Of 2024 Intends To Apply The Sum Four Hundred Twenty-four Thousand, Twenty & 42/100 (p424,020.42) Being The Abc To Payments Under The Contract For The Supply And Delivery Of Various Construction Materials For Use In The Improvement Of Plaza, Purok Rose A, Brgy. Malaiba, Canlaon City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Of Canlaon City, Now Invites Bids For The Supply And Delivery Of Various Construction Materials For Use In The Improvement Of Plaza, Purok Rose A, Brgy. Malaiba, Canlaon City. Delivery Of The Goods Is Required 7 Calendar Days After Issuance And Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Ten 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 (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184 Interested Bidders May Obtain Information For The City Government Of Canlaon City Thru The Office Of The Bids And Awards Committee And Inspect Bidding Documents During Office Hours (8:00am To 5:00pm), Monday To Friday. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On December 11, 2024 To January 2, 2025 Until 10:00 Am At The Office Of The Bids And Awards Committee, Canlaon City, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred (p500.00) Pesos. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Facsimile. Bids Must Be Received By The Bac Secretariat Through Manual Submission On Or Before January 2, 2025, 10:00 Am At The Office Of The Bids And Awards Committee, 2nd Floor, City Hall Building, Canlaon City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On January 2, 2025, 10:00 Am At The At The Office Of The Bids And Awards Committee 2nd Floor, City Hall Building, Canlaon City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. For The Purpose Of Constituting A Quorum, Either The Physical And Virtual Presence Of The Bac Member Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. The Local Government Unit Of Canlaon Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Alice D. Mcguiggan Bac Secretariat Mobile No. 0917-561-7931 Email Address: Bacofficelgucanlaon@yahoo.com Date Of Posting: December 10, 2024 Zosilito A. Ongco Bac Vice-chairman Republic Of The Philippines City Of Canlaon Bids And Awards Committee Control No.: #1 Bid Form Name Of Project: Improvement Of Plaza Brief Description: Supply And Delivery Of Various Construction Materials Location: Purok Rose A, Brgy. Malaiba, Canlaon City Bill Of Quantities Stock No. Quantity Unit Of Issue Item Description Unit Cost Unit Cost Total Cost 1. 3 Shts. ¼'' X 4' X 8' , Plywood, Marine 547.00 2. 10 Pcs. 1.0mm Thick 2"x4" Gi C-purlins 875.00 3. 2 Pcs. 10mm Thick X 150mm X 150mm Steel Plate 300.00 4. 1 Pc. 10mm X 100mm X 100mm Angular Bar 9,200.00 5. 12 Lngths 10mmɸ X 6m Deformed Bars 238.33 6. 8 Pcs. 12mm Thick X 100mm X 200mm Steel Plate 270.00 7. 12 Lngths 12mmɸ X 6m Deformed Bars 333.33 8. 2 Pcs. 14"φ Cutting Disc For Cut-off 578.00 9. 2 Pcs. 16mmɸ Def. Bar 591.00 10. 16 Pcs. 16mmφ X 400mm Long Anchor Bolts With Nuts And Washers, Ks 300.00 11. 4 Pcs. 20mm Thick X 300mm X 300mm Baseplate With 4-18mmφ Drill Hole Near At 4 Corner 3,500.00 12. 4 Pcs. 3"φ Gi Pipe Sch. 40 3,805.00 13. 120 Bd. Ft. 36 - 2'' X 2'' X 10 ' , Lumber, Rough 55.00 14. 1 Pc. 4"φ Grinding Stone 317.00 15. 12 Pcs. 4"φ Cutting Disc 200.00 16. 1 Gal. Aluminum Paint, Enamel 1,251.00 17. 41 Cu.m Crushed Gravel ¾'' 2,378.00 18. 1 Kg. Cw Nails, #1½ 100.50 19. 2 Kgs. Cw Nails, #3 91.50 20. 3 Kgs. Cw Nails, #4 126.00 21. 2 Gals. Latex Paint, Gloss White 1,067.00 22. 11 Kgs. E6013 Welding Rod 2.40mmφ Wipweld, Ordinary 176.00 23. 21 Cu.m Fine Sand 1,348.00 24. 2 Kg. Ga.16 Gi Tie Wire 103.00 25. 4 Pcs. Lamp Bracket For Steel Pole Mounting, 50 Mm ɸ X 1.6 M, 3 Mm Thick, Galvanized Coated 4,000.00 26. 1 Gal. Mayon Laquer Thinner 782.00 27. 4 Pcs. Paint Brush 2" 52.00 28. 375 Bags Portland Cement 310.00 29. 2 Ltrs. Red Lead Paint 300.00 30. 1 Gal. Reflectorized Traffic Paint, White 1,650.00 31. 1 Gal. Reflectorized Traffic Paint, Yellow 1,650.00 32. 4 Sets Solar Panel, 12v, 80 - 100 W, 665 Mm Length X 500 Mm Width X 13 Mm Thick Complete With Bracket Frame And Safety Clip, Mppt Charger With Driver & Dc Cable 5,000.00 33. 4 Sets Solar Street Lamp, 60w, 12 - 18 V Dc, Warm White, Smd 150 - 175 Lm / Watt, Complete W/ Lithium Ferro Phosphate (lifepo₄) Battery, 170 Wh Minimum, Mppt Charger W/ Driver, Pir Sensor ( Built-in ), Aluminum Die-cast And Polycarbonate Cover 15,000.00 Total Brand Model:_____________ Delivery Period:______________________ Warranty: After Having Carefully Read & Accepted Your General Conditions. I/we Quote On The Item/s Price/s Noted Above. Total Bid Price (in Words) Bid Security: Amount: Submitted By: Bidder/supplier Date:_________________________
Closing Date2 Jan 2025
Tender AmountPHP 424 K (USD 7.3 K)
BARANGAY SALUD, BOLINAO, PANGASINAN Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Cctv Recorder Power Supply 12vdc, 5a Power Consumption Lower Than 17 W (without Hdd) Net Weight 1.98 Kg (4.36 Lb) Gross Weight 3.15 Kg (6.94 Lb) Product Dimensions 1u, 375.0 Mm × 289.4 Mm × 53.0 Mm (14.76" × 11.40" × 2.09") (w × D × H) Packaging Dimensions 433.0 Mm × 141.0 Mm × 366.0 Mm (17.05" × 5.55" × 14.41") (w × D × H) Operating Temperature –10 °c To +55 °c (+14 °f To +131 °f) Operating Humidity 0%–90% (rh) Installation Desktop Certifications Ce: Ce-lvd: En 60950-1/iec 60950-1 Ce-emc: En 61000-3-2, En 61000-3-3, En 55032, En 50130, En 55024 Fcc: Part 15 Subpart B Tv Output 1 Channel Audio Input / Output 1 Channel Rca (external) 32 Channel Bnc (coaxial Audio) Hdd Interface 2 Sata Ports, Up To 16tb, The Maximum Hdd Capacity Varies With Environment Temperature Rs 485 1 Usb 2(1 Front Usb 2.0 Port, 1 Rear Usb 3.0 Port Hdmi 1, Vga 1 , Network Port 1 (10/100/1000 Mbps Ethernet Port, Rj 45 Camera Image Sensor 1/2.8 Inch 2.16 Mega Pixels Cmos Effective Pixels 1920 (h)×1080 (v), 2mp Electronic Shutter Speed Pal:1/25s–1/100000s Ntsc:1/30s–1/100000s Minimum Illumination 0.005lux/f1.6, 30ire, 0lux White Light On Fill Light (white Light) Distance Distance Up To 20m (65.61ft) Fill Light On/off Control Auto; Manual Pan/tilt/rotation Range Pan: 0°–360° Tilt: 0°–78° Rotation: 0°–360° Lens Type Fixed-focal Mount Type M12 Focal Length 2.8mm/3.6mm Max. Aperture F1.6 Angle Of View 2.8mm: 126.2°×106.0°×56.5° (diagonalxhorizontalxvertical) Iris Type Fixed Iris Close Focus Distance 2.8mm: 0.6m (1.97ft) 3.6mm: 1.2m (3.94ft) Video Port Video Output Choices Of Cvi/tvi/ahd/cvbs By One Bnc Port Power Supply 12v ±30% Dc Power Consumption Max 3w (12v Dc, White Light On) Video Frame Rate Cvi: Pal: 1080@25fps, 720@25fps, 720@50fps; Ntsc: 1080@30fps, 720@30fps, 720@60fps Ahd: Pal: 1080@25fps,720@25fps; Ntsc: 1080@30fps,720@30fps Tvi: Pal: 1080@25fps,720@25fps,720@50fps; Ntsc: 1080@30fps,720@30fps,720@60fps Cvbs: Pal: 960×576h; Ntsc: 960×480h Resolution 1080p (1920×1080); 720p (1280×720); 960h (704× 576/704×480) , Blc/hlc/dwdr Rugged And Durable Ip 67 Monitor / Display Screen Size 49.51" Aspect Ratio 16:9 Resolution 3840×2160 Backlight Dled Brightness/luminance Min:250cd/㎡ Typ:300cd/㎡ Contrast Ratio 5000:1 Display Color 1.07b Viewing Angle(h/v) 178°(h)/178°(v) Response Time 8 Ms Interface Hdmi*3,usb 2.0*2,mini Av In*1,rj-45*1,tuner 1/2 Optional,ci*1 Optional Bluetooth(version) 5.1 Power Supply Ac100~240v System Android 11 Configuration Ram 2gb,rom 8gb Network Mode Wifi,wired Cables Combination Using Foc And Coaxial Foc Long Rannge, Single Core Foc Maximun Bandwith 69tbps Noise Immune Coaxial, Outdoor With Corresponding Connectors And Peripherals Adminitrative Control Center With Corresponding Power Equipment Protection Others Inclusive Of Labor, Installation , And Other Materials Needed Warranty 1 Year Supplier Duly Registered Business Entity Within The Local Vicinity Bac Chairman
Closing Date5 Feb 2025
Tender AmountPHP 219.3 K (USD 3.7 K)
Province Of Ifugao Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee On Goods Request For Price Quotation Pr No: 176 Date: January 28, 2025 Office: Pgo Rfq No.: Bac Canvass (please Fill Up This Part) ( Mandatory) Company/ Business Name: Address; Business/mayor's Permit No. Tin: Philgeps Registration Number(required): The Provincial Local Government Unit Of Ifugao, Through Its Bids And Awards Committee (bac), Intends To Procure Various Materials For Reapirs & Maintenace, , In Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Public Act. No. 9184 Please Quote Your Best Offer For The Item/s Described Herein,subject To The Terms And Conditions Provided On The Last Page Of The Rfq. Submit Your Quotation Using This Form, Duly Signed By You Or Your Duly Authorized Representative On Or Before February 06, 2025 At 1:00 Pm Based On The Bac- Wall Clock. Late Submission Will Not Be Accepted. The Following Documents Are Required To Be Submitted During The Post-evaluation And Qualification Of Your Offered Bid. Failure To Submit/ Comply With The Said Documents Will Be A Ground For Disqualification. Document Remarks Copy Of 2025 Mayor's Permit Or Business Permit 1. No Need To Submit If A Copy Of The 2025 Mayors Permit Was Already Submitted At The Bac Office. Notarized Omnibus Sworn Statement (gppb-prescribed Form)(for Above 50k Abc) 1. Forms Are Available At The Bac Office. Annual Income Tax Return (for Above 500k Abc) 1. 2023 Annual Income Tax Return. 2. No Need To Submit If A Copy Of The 2023 Annual Income Tax Return Was Already Submitted At The Bac Office. Special Power Of Attorney (spa Or Secretary's Certificate) 1. To Be Submitted If The Person Is An Authorized Representative. 2. Should Be Duly Notarized. 3. To Be Presented To The Bac-secretariat Upon Submission Of The Rfq. Original Brochure With Complete Specifications 1. For Office Equipments, Information Technology (it)equipments, Agricultural And Medical Equipments, Motor Cycles, Industrial Equipments And All Other Equipments That Has Technical Specifications. For Any Clarification, You May Contact Us At Telephone No. 09539316730 Or Email Address At Bacgoodsifugao13@gmail.com. Carmelita B. Buyuccan Bac- Chairperson Page 1 Instructions: 1. Accomplish This Rfq Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Quotations May Also Be Submitted Through Electronic Mail At Bacgoodsifugao13@gmail.com. 5. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Used. 6. Submit The Complete Rfq Form From Page 1 Up To The Terms And Conditions. 7. Fill Up Completely All Necessary Information & Affix Signature Over Printed Name On The Place As Designated. 8. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item Purchasers Specifications Unit Of Qty Supplier's Supplier's Total Cost Brand Offered No. Issue Unit Cost 1 Priming Pump Pc 1 - 2 Gi Pipe Pc 1 - 3 Bronze Washer Pc 4 - 4 Coolant Liter 30 - 5 Bearing Pc 4 - 6 Bendix Drive Pc 1 - 7 Filter Separator Pc 1 - 8 Bushing Pc 1 - 9 Oil Seal Pc 1 - 10 Hydraulic Filter Pc 1 - 11 Spray Paint Pc 2 - 12 Stainless Welding Rod Pc 30 - 13 Engine Support Pc 2 - 14 Distilled Water Liter 12 - Page 2 - 15 Cable Tie Pc 1 - 16 Round File Pc 2 - 17 Bearing Pc 2 - 18 Ring Compressor Pc 1 - 19 Brake Fluid Liter 1 - 20 Fuel Filter Pc 2 - 21 Welding Rod Box 4 - 22 Halogen Bulb Pc 1 - **** Nothing Follows **** Bidder's Grand Total: Grand Total: 57,820.00 - Purpose: Use For The Repair Of The Heavy Equipment Signature Over Printed Name Of Bidder Position/designation Date Canvassed By: Helen Cacliong Signature Over Printed Name Canvasser Position/designation Date Page 3 Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Ninety (90) Calendar Days From The Date Of Submission. 3. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. One Project Having Several Items, Which Shall Be Awarded One Contract. 6. Award Of Contract Shall Be Made To The Lowest Quotation ( For Goods And Infrastructure) Or, The Highest-rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. 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. 8. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 9. The Bids And Awards Committee Of Ifugao Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity With The Technical Specifications. 10. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Bac- Ifugao Shall Adopt And Employ "draw Lots" Or "similar Method Of Chance" As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 11.delivery Period Should Be Within Ten (10) Days Upon Receipt Of Purchase Order (p.o). 12. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents,ie, Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor,or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contactor, Or Consultant. 13. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Plgu-ifugao May Rescind Or Terminate The Contact 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. 14. Warranty Under Section 62 Of Ra 9184 And Its Updated 2016 Revised Implementing Rules And Regulation. 62.1 For The Procurement Of Goods, In Order To Assure That Manufacturing Defects Shall Be Corrected By Supplier, A Warranty Security Shall Be Required From The Contract Awardee For A Minimum Period Of Three (3) Months, In The Case Of Expendable Supplies, Or A Minimum Period Of One (1) Year, In The Case Of Non-expendable Supplies, After Acceptance By The Procuring Entity Of The Delivered Supplies. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To One Percent (1%) Or A Special Bank Guarantee Equivalent To One Percent (1%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expandable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Signature Over Printed Name Of Bidder Position/ Designation Mobile Number/s Email Address/es Page 4
Closing Date6 Feb 2025
Tender AmountPHP 57.8 K (USD 989)
DEPT OF THE NAVY USA Tender
Others
United States
Details: Contact Information|4|n711.6|baf/bak|717-605-2864|leigh.e.catchings.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|invoice And Receiving (combo)|na|tbd|n00104|tbd|tbd|see Schedule|see Schedule|na|na|tbd|na|||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (may 2024)|13|334412 334418 334511 |750 1000 1250 ||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|||
please Quote A Firm Fixed Price For The Procurement Of These Items.
do Not Include The Cost For Shipping Material As The Government Implemented Shipping System Or Atac Will Be Shipping/delivering Material.
please Verify:
1. If You Are In Compliance With Both Far Clauses 52.204-24 And 52.204-25 And Dfars Clauses 252.204-7008 And 252.204-7012.
2. Procurement Acquisition Lead Time (palt)
nom: Circuit Card Assembly P/n: 1977455 Nsn: 7hh 5998 013220629, Qty: 33
nom: Display Unit P/n: 1979344 Nsn: 7hh 7025 013586244;qty. 2
nom: Video Control Unit P/n: 4302554 Nsn: 7hh 5840 015505120; Qty: 2
nom: Printed Circuit Board P/n: 4304105 Nsn: 7hh 5998 015771738 Qty. 12
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 Asemail. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein.
the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Circuit Card Assemb .
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 Circuit Card Assemb Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;03956 1977455;
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.
3.4 Marking - This Assembly And Its Piece Parts Shall Be Physically Identified In Accordance With Mil-std-130.
3.5 Interchangeability - Interchangeability Of Parts, Subassemblies, And Assemblies Shall Conform To The Following Criteria:
Design Tolerances - Design Tolerances Shall Permit Parts, Subassemblies And Assemblies To Be Used In Their Parent Assemblies Without Regard To The Source Of Supply Or Manufacturer. Parts, Subassemblies And Assemblies Having The Full Range Of Dimensions
and Characteristics Permitted By The Specification Governing The Part, Subassembly Or Assembly Shall Be Usable As Replacement Items Without Selection And Without Departure From The Specified Performance Guidelines Of The Parent Items.
Parts And Materials - When Permission Is Granted To Use A Nonstandard Part Or Material Because The Exiting Standard Part Or Material Is Not Available, The Equipment Shall Be So Designed That The Nonstandard Part Or Material And The Standard Part Or
material Are Interchangeable. When The Specification For The Part Or Material Contains Substitutability Or Supersession Information, The Design Shall Permit The Substitute Or Superceding Parts Or Materials To Be Used Interchangeably.
3.6 Workmanship - Workmanship For Electronic Equipment Shall Conform To The Following Criteria:
Cleaning - After Fabrication, Parts And Assemblied Equipment Shall Be Cleaned Of Smudges, Loose, Spattered, Or Excess Solder, Weld Metal, Metal Chips And Mold Release Agents, Or Any Other Foreign Material Which Might Detract From The Intended Operation,
function, Or Appearance Of The Equipment.
Threaded Parts Or Devices - Screws, Nuts, And Bolts Shall Show No Cross Threading, Mutilation, Or Detrimental Or Hazardous Burrs, And Shall Be Firmly Secured.
Bearing Assemblies - Bearing Assemblies Shall Be Free Of Rust, Discoloration, And Imperfections Of Ground, Honed, Or Lapped Surfaces. Conta Cting Surfaces Shall Be Free Of Tool Marks, Gauge Marks, Nicks, Or Other Surface-type Defects. There Shall Be No
detrimental Interference, Binding, Or Galling.
Wiring - Wires And Cables Shall Be Positioned Or Protected To Avoid Contact With Rough Or Irregular Surfaces And Sharp Edges And To Avoid Damage To Conductors Or Adjacent Parts.
Shielding - Shielding On Wires And Cables Shall Be Secured In A Manner That Will Prevent It From Contacting Or Shorting Exposed Current-carrying Parts. The Ends Of The Shielding Or Braid Shall Be Secure To Prevent Fraying.
Containment - The Harness And Cable Containment Means Shall Be Neat In Appearance And Uniformly Applied. The Containment Means (lacing, Ties, Tiedown Straps) Shall Not Cause The Wire Or Cable Insulation To Deform So That Performance Characteristics Are
adversely Affected.
Insulation - There Shall Be No Evidence Of Burns, Abrading, Or Pinch Marks In The Insulation That Could Cause Short Circuits Or Leakage.
Clearance - The Clearance Between Wires Or Cables And Heat Generating Parts Shall Be Sufficient To Minimize Deterioration Of The Wires Or Cables.
3.7 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 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.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
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.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Display Unit .
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 Display Unit Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;03956 1979344;
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 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.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
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.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Video Control Unit .
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 Video Control Unit Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;03956 4302554;
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 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.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
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.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Printed Circuit Boa .
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 Printed Circuit Boa Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;03956 4304105;
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.
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.
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 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.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
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.
Closing Date31 Jan 2025
Tender AmountRefer Documents
Gemeinde Blankenfelde Mahlow Tender
Civil And Construction...+1Road Construction
Germany
Details: Road construction and rainwater drainage: approx. 210 m2 construction road, approx. 385 m3 topsoil removed, approx. 800 m3 pavement without binding agent removed and disposed of, approx. 1,320 m natural stone curbs removed, approx. 2,585 m3 soil loosened and recycled, approx. 5,515 m2 subgrade created, approx. 300 m3 topsoil delivered and covered, approx. 1,070 m2 grass seeding, approx. 1,470 m3 frost-resistant material installed, approx. 3,755 m2 asphalt base course Ac22tn installed, approx. 3,395 m2 asphalt surface course Ac11dn installed, 530 m high and round concrete curbs, 1,365 m deep concrete curbs, 375 m 10-row natural stone trough channel, approx. 270 m2 of paving surfaces made of concrete blocks including gravel base layer Street lighting: dismantling of old lighting consisting of 22 lights and approx. 700 m of cable, new lighting consisting of 19 lights and approx. 830 m of cable
Closing Date28 Jan 2025
Tender AmountRefer Documents
Autobahnen Und Schnellstra En AG Tender
Austria
Details: The Traffic Control Systems (vba) In Tyrol Extend Over The A12 Inntal Autobahn And A13 Brenner Autobahn. Selected Locations Need To Be Renovated And New Display Cross-sections Need To Be Built. The Services Include The System Technology On The Display Cross Sections, Which Consists Of Dynamic Displays, Environmental Sensors, Traffic Detectors, Video Cameras, Distributors And The Associated Infrastructure. In Addition To The Electrical Engineering Measures, Structural Engineering Measures Are Also Necessary For The Construction Of New Locations. This Includes The Construction Of Steel Structures, Cable Routes And Shafts As Well As Foundations, For Display Cross-sections And Cantilever Arms. Publication Of The Construction Tender Is Planned For Q1/2024.
Closing Date19 Jan 2025
Tender AmountEUR 7.2 Million (USD 7.4 Million)
BATANGAS STATE UNIVERSITY PABLO BORBON Tender
Civil And Construction...+4Civil Works Others, Electrical Goods and Equipments, Construction Material, Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Supplies And Materials For The Renovation Of The Msp Building" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Supplies And Materials For The Renovation Of The Msp Building" With An Approved Budget For The Contract (abc) One Hundred Ninety-four Thousand Four Hundred Thirteen Pesos Only (php 194,413.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1. 2 Piece 1" Check Valve Ppr 640.00 2. 5 Piece 1" Elbow Ppr 175.00 3. 2 Piece 1" Gate Valve Ppr 1,040.00 4. 3 Piece 1" Ppr Pipe Pn20 2,250.00 5. 3 Piece 1" Tee Threaded Ppr 750.00 6. 1 Set 1.5hp Booster Pump 30,000.00 7. 2 Piece 1/2" Compact Ball Valve 150.00 8. 15 Piece 1/2" Elbow Ppr 225.00 9. 6 Piece 1/2" Ppr Pipe Pn20 1,920.00 10. 10 Piece 16a Duplex Convenience Outlet With Ground, Universal And/ Or Polarized Flat W/ Plate And Cover 1,500.00 11. 1 Piece 2" Gate Valve Gi 2,150.00 12. 1 Piece 2" X 1" Bell Reducer 220.00 13. 2 Assembly 2-gang Switch, One-way, With Plate 380.00 14. 12 Piece 3/4" Elbow Ppr 300.00 15. 6 Piece 3/4" Ppr Pipe Pn20 2,700.00 16. 2 Piece 3/4" Tee Ppr 50.00 17. 40 Piece 4" Chb 1,000.00 18. 16 Piece 4.5mm Thk. X 4' X 8' Ficem Board 10,400.00 19. 6 Piece 50mm Dia Pvc 90deg Elbow 390.00 20. 6 Piece 50mm Dia Pvc Pipe X 3m 2,850.00 21. 1 Piece 50mm Dia Pvc Wye 75.00 22. 2 Piece 50mm Pvc Cleanout 110.00 23. 2 Piece 50mm Dia Pvc Tee 140.00 24. 7 Piece 600mm X 600mm Polished Granite Tile Corona Cafe 2,450.00 25. 1 Set 82gal. Pressure Tank 15,000.00 26. 1 Bag Abc Tile Grout 2kg/bag 90.00 27. 5 Piece Baby Roller #4 (ordinary) 350.00 28. 5 Piece Blank Plate Cover 400.00 29. 3 Box Blind Rivet 1/8 X 3/4 1,050.00 30. 3 Box Blind Rivets 1/8 X 1/2 1,050.00 31. 2 Box Cat6 Utp Cable 19,600.00 32. 1 Assembly Caulking Gun 350.00 33. 6 Bag Cement 1,740.00 34. 2 Box Copper Wire 3.5mm² Thhn/thwn-2 9,900.00 35. 1 Box Copper Wire, 3.5mm² Tw (g) 4,950.00 36. 25 Piece Coupling 20mmø (1/2"ø) 250.00 37. 1 Piece Diamond Cutting Disc 4" 600.00 38. 2 Piece Drill Bit Masonry Drill Bit 1/8" 200.00 39. 1 Tin Elastomeric Seal Gray 3,528.00 40. 35 Piece Elbow, 20mm (1/2"ø) 525.00 41. 15 Roll Electrical Plastic Tape, Big - Brand: (flame Retardant) 750.00 42. 576 Piece Ficem Board Screw 576.00 43. 1 Tin Flat Latex (white) 3,075.00 44. 1 Kilogram Gi Tie Wire Ga. 16 105.00 45. 1 Gallon Interior Primer And Sealer (flat Wall Enamel) 725.00 46. 10 Piece Liquid Nail Construction Adhesive 2,500.00 47. 30 Piece Male Threaded Adaptor With Locknut, 1/2" 750.00 48. 2 Piece Masking Tape 3/4 140.00 49. 2 Roll Mesh Tape (30meters) 150.00 50. 2 Roll Mesh Tape 2" 150.00 51. 29 Piece Metal Stud 35mm X 76mm X 0.50mm Thk X 3m 6,670.00 52. 8 Piece Metal Track 35mm X 76mm X 0.50mm Thk X 3m 1,984.00 53. 1 Kilogram Old Newspaper 70.00 54. 1 Piece P-trap Dn50 Pvc 375.00 55. 30 Piece Pvc Moulding 2"(w) X 4m(l) 10,500.00 56. 35 Piece Pvc Moulding 3/4"(w) X 4m(l) 5,250.00 57. 1 Can Pvc Solvent 300.00 58. 5 Piece Paint Brush #2 200.00 59. 1 Gallon Paint Thinner 600.00 60. 1 Gallon Quick Drying Enamel (chocolate Brown) 785.00 61. 1 Gallon Quick Drying Enamel (white) 785.00 62. 5 Piece Roller Brush #7 600.00 63. 1 Kilogram Rags 70.00 64. 22 Kilogram Reinforcing Steel Bars Grade 40/60 3,630.00 65. 1 Cubic Meter Sand 1,310.00 66. 25 Piece Sand Paper (grit 120) 250.00 67. 1 Pack Sealant (vulcaseal) 300.00 68. 4 Tin Semi-gloss Latex Paint (16l) White Painting Works 14,112.00 69. 2 Bag Skimcoat 1,100.00 70. 1 Set Stainless Steel Gooseneck Faucet 1,650.00 71. 1 Set Stainless Steel Kitchen Sink Single Bowl 470mm X 420mm X 200mm 5,048.00 72. 1 Bag Tile Adhesive (25kg/bag) 350.00 73. 20 Set Upvc Utility Box 2"x4" Orange 560.00 74. 30 Set Μpvc Junction Box With Cover, 4" Orange Octagonal 1,320.00 75. 7 Can Μpvc Pipe Cement, 200cc 1,400.00 76. 40 Piece Μpvc Pipe, 25mmø (3/4"ø), Thick Wall 4,000.00 77. 15 Set Μpvc Square Box With Cover, 5" Orange 825.00 Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The 2nd Floor Jose Rizal Bldg., Gpb Main Campus I, Rizal Avenue, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 24, 2025. E-mail : Procurement.pb.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Joseph D. Mendoza Head, Procurement Office 2nd Floor Jose Rizal Bldg., Gpb Main Campus I, Rizal Avenue, Batangas City (043) 779-8400 To 8406 Loc 1830 / 0960-3380495
Closing Date24 Jan 2025
Tender AmountPHP 194.4 K (USD 3.3 K)
9811-9820 of 9920 archived Tenders