Cleaning Tenders

Cleaning Tenders

University Of Northern Philippines Tender

Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines University Of Northern Philippines Tamag, Vigan City Invitation To Bid For The Procurement Of Office Supplies, Consumables And Janitorial Supplies 1. The University Of Northern Philippines, Through The Use Of Income, 2024 Intends To Apply The Sum Of ₱ 1,460,721.45 The Abc To Payments Under The Contract For Procurement Of Office Supplies, Consumables And Janitorial Supplies/g-2024-34. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The University Of Northern Philippines Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within 30 Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within 5 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). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 No. 5183. 4. Prospective Bidders May Obtain Further Information From University Of Northern Philippines And Inspect The Bidding Documents At The Address Given Below During 8:00 Am – 12:00 Pm And 1:00-5:00 Pm, From Monday To Friday Except Non-working Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 3 – 23, 2024 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee To The Cashier’s Office For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, To Wit: Lot No. Abc Price Of Bid Documents Per Lot 1 ₱ 616,531.25 ₱ 1,000.00 2 589,086.72 1,000.00 3 255,103.48 500.00 1-3 1,460,721.45 5,000.00 If The Bidder Shall Submit Its Bid For More Than One Lot, The Bidder Shall Pay The Corresponding Maximum Fee For The Bidding Documents Stated In The Guidelines Issued By The Gppb Based On The Total Abc Of The Lots To Be Bid. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The University Of Northern Philippines Will Hold A Pre-bid Conference On October 11, 2024, 9:00 Am At Bac Meeting Room, 2/f Roco Lina Building, University Of Northern Philippines, Tamag, Vigan City, Ilocos Sur And/or Through Video Conferencing Or Webcasting Via Google Meet (https://meet.google.com/jxm-txqj-xov) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through: (i) Manual Submission At The Office Address Indicated Below On Or Before October 23, 2024, 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On October 23, 2024, 9:00 Am At The Given Address Below And/or Via Google Meet (https://meet.google.com/jxm-txqj-xov). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The University Of Northern Philippines Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Dr. Fatima F. Rocamora/dr. Frances R. Duldulao University Of Northern Philippines Tamag, Vigan City, Ilocos Sur 2700 Bac@unp.edu.ph (077) 632-6895 Www.unp.edu.ph You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph October 3, 2024 Fatima F. Rocamora, Edd Bac Chairperson Procurement Of Office Supplies, Consumables And Janitorial Supplies Abc: ₱ 1,232,315.00 Lot No. Item No. Unit Item Description Qty Abc --third Quarter Office Supplies, Consumables And Janitorial Supplies, Psmo (pr #2024-08-19-694) Use Of Income Lot 1--office Supplies--abc: ₱ 616,531.25 2. Pc Ballpoint Pen, Black, 0.5mm -862- 3. Pc Ballpoint Pen, Blue, 0.5mm -406- 4. Pc Ballpoint Pen, Red, 0.5mm -216- 5. Packet Battery, Dry Cell, Size Aa, 2pcs/packet -159- 6. Packet Battery, Dry Cell, Size Aaa, 2pcs/packet -128- 7. Packet Battery, Dry Cell, C, 1.5 Volts, 2pcs/packet -18- 8. Pack Battery, Dry Cell, D, 1.5 Volts, 2pcs/packet -2- 9. Pack Battery, 9v Dc, 2pcs/pack -1- 10. Roll Blueprint Paper, 20 Inches, 50 Sheets/roll -1- 12. Pc Calculator, Scientific -1- 13. Pack Cartolina, Assorted Color, 20s/pack, 70 Gsm -6- 14. Pc Clearbook, 20 Transparent Pockets, For A4 Size -13- 15. Pc Clearbook, 20 Transparent Pockets, For Legal Size -14- 16. Pack Clear Cover, Letter Size, Pvc Film, 100pcs/pack -5- 17. Pack Clear Cover, A4 Size, Pvc Film, 100pcs/pack -8- 18. Pack Clear Cover, Legal Size, Pvc Film, 100pcs/pack -15- 19. Pc Clip, Bulldog (1") -87- 20. Pc Clip, Bulldog (2.5") -90- 21. Box Clip Backfold, All Metal, Clamping 19mm, 12s/box -113- 22. Box Clip Backfold, All Metal, Clamping 25mm, 12s/box -121- 23. Box Clip Backfold, All Metal, Clamping 32mm, 12s/box -111- 24. Box Clip Backfold, All Metal, Clamping 50mm, 12s/box -96- 25. Box Clip Paper, Vinyl Gem Type, 32mm, 100s/box -117- 27. Pack Colored Paper, Legal, 70 Gsm, 250's/pack, Assorted Multi-purpose -21- 28. Pack Compact Disk Rewritable, High Speed, 25 Pcs/pack -1- 29. Pc Correctable Film Ribbon, Olympia -6- 30. Pc Correction Tape, Film Base Type, Ul Of 6m Min -499- 31. Tube Cutter Blade, For Heavy Duty, 10pcs/tube -10- 33. Pc Data File Box, Made With Chipboard With Closed Ends (5"x9"x15-3/4") -71- 35. Box Envelope, Documentary, A4, 500s/box -15- 36. Box Envelope, Documentary, Legal, 500s/box -34- 37. Box Envelope, Expanding, Legal, Kraft, 100s/box -10- 38. Pc Envelope, Expanding, Plastic, 9.5" X 15" Non Transparent, 0.50mm Thickness Min -30- 39. Box Envelope, Pay, Kraft, 500s/box, 4'x7 1/2, Blank -1- 40. Box Envelope, Mailing White, 500s/box 9 1/2" X 4 1/8" No Window, 70gsm -12- 41. Box Envelope, Mailing White, 500s/box 9 1/2" X 4 1/8" With Window -6- 44. Box Fastener, Non-rust Metal, 70mm Between Prongs 50 Sets/box -76- 45. Pc File Organizer, Expanding Legal, Plastic 12 Pockets -40- 46. Set File Tab Divider, Bristol Board, For A4 -11- 47. Set File Tab Divider, Bristol Board, For Legal -5- 48. Bundle Folder, Fancy With Slide, A4, 25/bundle -10- 49. Bundle Folder, Fancy With Slide, Legal, 25/bundle -7- 50. Pack Folder, Morocco Blue 8x11" 50pcs/pack -2- 51. Pack Folder, Morocco Blue 8x13" 50pcs/pack -3- 52. Pack Folder, L-type, A4, 25/bundle -10- 53. Pack Folder, L-type, Legal, 25/bundle -8- 54. Box Folder, Pressboard, 240mm X 370mm Size, 100pc/box -9- 55. Pc Folder, Sliding, Plastic Long, White -25- 58. Jar Glue, All Purpose, 200 Grams Min. -35- 59. Pc Glue Gun, Big, Corded Electric, Heavy Duty 20 Watts -3- 60. Bundle Glue Stick, Big, Clear, 20pcs/bundle -5- 61. Pc Illustration Board, 1 Whole, 2 Ply -3- 62. Box Index Tab, Self-adhesive, Transparent, 5sets/box -160- 63. Pc Lever Arch File Folder Long Two Hole Binder, A4 -3- 64. Pc Keyboard, Usb Type -7- 66. Pc Marker, Whiteboard, Bullet Type, Black -526- 67. Pc Marker, Whiteboard, Bullet Type, Blue -287- 68. Pc Marker, Whiteboard, Bullet Type, Red -164- 69. Pc Marker, Permanent, Bullet Type, Black -165- 70. Pc Marker, Permanent, Bullet Type, Blue -96- 71. Pc Marker, Permanent, Bullet Type, Red -49- 72. Pc Mechanical Pencil, 0.5mm Point -9- 73. Box Mechanical Pencil Replace Lead, 0.5 Mm 100 Pcs/box -3- 74. Pc Mouse, Optical, Usb Connection Type -12- 77. Book Notebook, Spiral 8x11", 100 Pages -3- 78. Pad Notepad, Stick-on, (3" X 2"), 100 Sheets/pad, Colored -85- 79. Pad Notepad, Stick-on, (3" X 3"), 100 Sheets/pad, Colored -79- 80. Pad Notepad, Stick-on, (3" X 4"), 100 Sheets/pad, Colored -95- 81. Pc Numbering Stamp (12 Digits) -2- 82. Pad Paper Pad, Ruled 216mmx330mm, White -8- 83. Ream Paper, Multipurpose, A4, 70 Gsm, Substance 20 -233- 84. Ream Paper, Multipurpose, Legal 70 Gsm, Substance 20 -274- 85. Ream Paper, Multicopy, A3, 80gsm -16- 88. Ream Paper, Multicopy, Letter 8 1/2" X 11", 80gsm -9- 91. Ream Paper, Letter 8 1/2" X 11", Substance 18 -4- 92. Ream Paper, Letter 8 1/2" X 11", Substance 18, Yellow -1- 93. Pack Paper Oslo, 8,5"x11", 100s -1- 94. Pack Paper, Parchment, Size: 210mmx297mm, Multi-purpose, 100s -4- 95. Pack Paper, For Photo, 210mmx297mm", 210gsm, 20s/pack Super Glossy -33- 97. Rolls Plotter Paper, 24"x50 Yards -10- 98. Pc Puncher, Heavy Duty, W/ Two-hole, Guide 1 -13- 99. Box Push Pin, Hammer Head Type, 100s/box -16- 101. Book Record Book, 500 Pages, Size: 8.5"x11" -48- 102. Bundle Ring Binder/comb, Plastic, 32mm, Black -22- 103. Bundle Binding Ring, (1/2" X 44"), Plastic,10pcs/bundle, Round, Black -6- 104. Bundle Binding Ring, (3/4" X 44"), Plastic,10pcs/bundle, Round, Black -8- 105. Bundle Binding Ring, (1" X 44"), Plastic,10pcs/bundle, Round, Black -8- 106. Bundle Binding Ring, (1.5" X 44"), Plastic,10pcs/bundle, Round, Black -8- 107. Bundle Binding Ring, (2" X 44"), Plastic,10pcs/bundle, Round, Black -7- 108. Box Rubber Band, 70mm Min Lay Flat Length #18 -9- 109. Pc Ruler, 12", Plastic, Thickness, 3mm -11- 113. Pc Sign Pen, Extra Fine Tip, Black, 0.3mm -240- 114. Pc Sign Pen, Fine Tip, Black, 0.5mm -267- 115. Pc Sign Pen, Medium Tip, Black, 0.7mm -272- 116. Pc Sign Pen, Extra Fine Tip, Blue, 0.3mm -182- 117. Pc Sign Pen, Fine Tip, Blue, 0.5mm -171- 118. Pc Sign Pen, Medium Tip, Blue, 0.7mm -160- 119. Pc Sign Pen, Extra Fine Tip, Red, 0.3mm -32- 120. Pc Sign Pen, Fine Tip, Red, 0.5mm -93- 121. Pc Sign Pen, Medium Tip, Red, 0.7mm -45- 122. Pc Sign Pen, Parker Refill Blue -13- 123. Pack Specialty Board, A4 Size, 10's/pack, 200gsm, White -223- 124. Pack Specialty Board, 8 1/2 X 11, 10's/pack, 200gsm, White -64- 125. Pack Specialty Board, 8 1/2 X 13, 10's/pack, 200gsm, White -281- 126. Pack Specialty Paper, A4 Size, 10's/pack, 120gsm, Cream -57- 127. Pack Specialty Paper, 8 1/2 X 11, 10's/pack, 120gsm, Cream -28- 128. Pack Specialty Paper, 8 1/2 X 13, 10's/pack, 120gsm, Cream -45- 130. Bot Stamp Ink, Red, 50 Ml -1- 131. Pc Stamp Pad, Felt Pad, Bed Dimension: 60mm X 100mm -12- 132. Pc Stamping Dater, Mini, Self-inking Stamp, Mechanical -8- 135. Pc Stapler, Heavy Duty, Long Reach -1- 136. Pc Stapler Wire Remover, Plier Type, All Metal -22- 137. Box Staple Wire For Heavy Duty, Standard, #35 -99- 138. Box Staple Wire For Heavy Duty Stapler,23/10 -6- 139. Box Staple Wire For Heavy Duty Stapler,23/13 -20- 140. Pack Sticker Paper, Matte, A4 Size, 10sheets -55- 142. Roll Tape, Duct, Cloth (2"), Width:48mm, 50 Meters Length -4- 143. Roll Tape, Duct, 48mm X 50m (silver) -12- 144. Roll Tape, Duct, 48mm X 50m (black) -8- 145. Roll Tape, Electrical, Black, 19mm X 16m Minimum -59- 147. Roll Tape, Masking, (2"), Width:48mm, 50 Meters Length -83- 148. Roll Tape, Packaging (2"), Width:48mm, 50 Meters Length -76- 149. Roll Tape, Transparent (1"), Width:24mm, 50 Meters Length -139- 150. Roll Tape, Transparent (2"), Width:48mm, 50 Meters Length -69- 151. Pack Wrapping Paper Kraft, 80gsm, 50pcs/pack -7- Lot 2--consumable Supplies--abc: ₱ 589,086.72 152. Unit External Hardrive, 1tb 2.5"hdd Usb 3.0 -8- 155. Bot Genuine Brother Ink Bottle Btd60bk, Black -23- 156. Bot Genuine Brother Ink Bottle Bt5000, Magenta -17- 157. Bot Genuine Brother Ink Bottle Bt5000, Cyan -17- 158. Bot Genuine Brother Ink Bottle Bt5000, Yellow -17- 159. Bot Ink Bottle, Epson, T6731, Black -15- 160. Bot Ink Bottle, Epson, T6732, Cyan -13- 161. Bot Ink Bottle, Epson, T6733, Magenta -13- 162. Bot Ink Bottle, Epson, T6734, Yellow -13- 163. Bot Ink Bottle, Epson, T6735, Light Cyan -1- 164. Bot Ink Bottle, Epson, T6736, Light Magenta -1- 165. Bot Ink Bottle, Epson, C13t664100, T6641, Black -76- 166. Bot Ink Bottle, Epson, C13t664200, T6642, Cyan -47- 167. Bot Ink Bottle, Epson, C13t664300, T6643, Magenta -47- 168. Bot Ink Bottle, Epson, C13t664400, T6644, Yellow -42- 169. Bot Ink Bottle, Epson, C13t00v100, 003, Black -177- 170. Bot Ink Bottle, Epson, C13t00v200, 003, Cyan -117- 171. Bot Ink Bottle, Epson, C13t00v300, 003, Magenta -117- 172. Bot Ink Bottle, Epson, C13t00v400, 003, Yellow -117- 173. Bot Ink Bottle, Hp, Gt51, Black -15- 174. Bot Ink Bottle, Hp, Gt52, Cyan -10- 175. Bot Ink Bottle, Hp, Gt52, Magenta -10- 176. Bot Ink Bottle, Hp, Gt52, Yellow -10- 177. Cart Ink Cartridge, Hp No. 680, Black -10- 178. Cart Ink Cartridge, Hp No. 680, Colored -10- 179. Cart Ink Cartridge, Hp No. 704, Black -3- 180. Cart Ink Cartridge, Hp No. 704, Colored -2- 181. Cart Hp Design Jet T830 24in Nfib Ink Cartridges, Hp 728 300ml, Matte Black -3- 182. Cart Ink Cartridge, Canon No. 810, Black -10- 183. Cart Ink Cartridge, Canon No. 811, Colored -10- 184. Cart Toner Cartridge, Canon, No. 303 -3- 185. Cart Toner, Cartridge, Hp, 17a -1- 186. Cart Toner, Cartridge, Hp, 19a -2- 187. Cart Toner, Cartridge, Hp, 35a -6- 188. Cart Toner, Cartridge, Hp, 56a -3- 189. Cart Toner, Cartridge, Hp, 85a -10- 190. Unit Toner, Laser Jet Pro, M102a -1- 191. Unit Ups 800va 450watts -2- Lot 3--janitorial Supplies--₱ 255,103.48 193. Bot Alcohol, Ethyl 68%-72%, 500ml -23- 194. Gal Alcohol, Ethyl 68%-72%, Scented With Moisturizer,3.75 Ltrs -41- 195. Bot Alcohol, Isopropyl 68%-72% 500 Ml -64- 196. Gal Alcohol, Isopropyl 68%-72%, Scented With Moisturizer,3.75 Ltrs -43- 197. Bot Bleach, 1ltr/bot -22- 198. Pc Broom Soft, (tambo) -120- 199. Pc Broom Stick, (tingting) -166- 200. Canister Cleanser, Scouring Powder, 350grams/can -31- 202. Pouch Detergent Powder, All Purpose, 1kilo/pouch -93- 203. Canister Disinfectant Spray, Aerosol Type, 400-550 Ml -55- 204. Bot Dishwashing Liquid, 1l -55- 205. Pc Doormat, Cotton -33- 206. Pc Duster, Cotton -7- 207. Pc Dust Pan, Plastic W/ Handle, Large -63- 208. Canister Floor Wax, Paste 2kg, Natural -5- 209. Gallon Fogging Solution For Disinfection -1- 212. Bot Hand Soap, Liquid, 500ml -93- 213. Canister Insecticide, Aerosol Type, 600ml Min/ Can -63- 214. Pack Microfiber Glass And Mirror Cloth 3pcs/pack -8- 215. Pc Mop Bucket, Heavy Duty, Hard Plastic -3- 216. Pc Mop Handle, Heavy Duty Screw Type, Aluminum Handle -4- 217. Pc Mop Handle, Heavy Duty Screw Type, Aluminum Handle With Mop Head, Made Rayon, 400g Min -7- 218. Pc Mop Head, Made Of Rayon, 400g Min -10- 219. Gal Muriatic Acid, 3 Ltrs/gal -28- 220. Pc Pail, At Least 16 Liters Capacity -118- 223. Pack Tissue, Interfolded Paper Towel, High Quality 150 Pulls -121- 224. Gal Toilet Bowl Cleaner, 3ltrs/gal -185- 225. Bot Toilet Bowl And Urinal Cleaner 1l -65- 226. Pc Toilet Deodorant Cake, 99% 50 Grams, With Handle -180- 227. Pack Toilet Tissue Paper, 12 Rolls/pack, 2 Ply -249- 229. Roll Trashbag, Large Size, 10 Pcs/roll -76- 230. Roll Trashbag, Xl Size, 10 Pcs/roll -68- 231. Roll Twine, Plastic, 1 Kilo/per Roll, Black -17-
Closing Soon23 Oct 2024
Tender AmountPHP 1.4 Million (USD 25.4 K)

Hansel Oy Tender

Others
Finland
Details: Hansel Oy Prepares the Dynamic Procurement System for Laboratory Goods, Chemicals and Equipment (dps.)* In addition to the Products associated with the Purchase, the Services, such as the Storage Service, Full Service and Device Care and Installation Service.”, “Preliminary Products Are:”, “Laboratory Supplies:”, “Cromatographic Products:”, “Cromatographic Devices”, “Places and Custody Products” Other Laboratory Maisls.”, “Laboratory Chemicals:”, “Basic Chemicals and Special Chemicals”; “Reagents and Kits”; “Cleaning Chemicals”; “Industrial Chemicals”; “Laboratory Equipment Used Generally in Laboratory.” " *ks. More about the dynamic purchasing system: Https://www.hansel.fi/procurement information/dynamic-purchase-dps/
Closing Date31 Dec 2027
Tender AmountNA 

Zamboanga City State Polytechnic College Tender

Civil And Construction...+1Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description The Zamboanga Peninsula Polytechnic State University Through Its Bids And Awards Committee (bac) Is Inviting Philgeps Registered Suppliers To Apply For Eligibility And To Submit Bids For The Items Listed Below: 1 Portland Cement, 40kg (710 Bags) 2 Coarse Sand (32 Cu.m.) 3 Gravel, ¾” Size (41 Cu.m.) 4 Fine Sand (18 Cu.m.) 5 Cement Water-proofing Compound, 1kg/bag (40 Bags) 6 Chb, 4” (4,365 Pcs.) 7 Rsb, 10mmø (585 Pcs.) 8 Rsb, 12mmø (190 Pcs.) 9 Rsb, 16mmø (180 Pcs.) 10 Dry Brickstone, Sorsogon (10.8 Sq.m.) 11 Concrete Neutralizer (10 Gals.) 12 Liquid Tile Primer (20 Gals.) 13 Patching Compound, 20kg (25 Bags) 14 Liquid Tile Top Coat, White (40 Gals.) 15 Baby Roller, Cloth (8 Pcs.) 16 Paint Roller, 6”, Cloth (8 Pcs.) 17 Paint Brush, 3” (8 Pcs.) 18 Waterproofing Paint, Gray (4 Gals.) 19 Pvc Sanitary Pipe, S1000, 4” (12 Pcs.) 20 Pvc Sanitary Pipe, S1000, 3” (5 Pcs.) 21 Pvc 90° Sanitary Elbow, 3” (8 Pcs.) 22 Wall Faucet Plain Bib, ½” X 6”, Stainless (7 Pcs.) 23 Wall Faucet Plain Bib, ½” X 4”, Stainless (6 Pcs.) 24 Wall Faucet Plain Bib, ½” X 2”, Stainless (18 Pcs.) 25 Stainless Floor Drain Main, 6” X 6” (13 Pcs.) 26 Stainless Floor Drain Main, 6” X 4” (2 Pcs.) 27 Pvc P-trap, S1000, 4”, Assembled (10 Pcs.) 28 Body Filler W/ Hardener (12 L) 29 Tee Reducer, 4” X 2” (20 Pcs.) 30 Pvc Elbow, 45°, 2” (10 Pcs.) 31 Pvc Tee, 4”, Sanitary (40 Pcs.) 32 Pvc Elbow, 90°, 4” (15 Pcs.) 33 Pvc Wye W/ Clean-out, 4”, 4” X 4” (10 Pcs.) 34 Ppr Pipes, Red Line, ½” (13 Pcs.) 35 Ppr Tee, ½” (40 Pcs.) 36 Ppr Elbow, ½” (50 Pcs.) 37 Solvent Cement, 400cc (2 Pcs.) 38 Water Closet W/ Trap, Flush Tank & Cover, White Porcelain (8 Sets) 39 Wall-mounted Urinal, White Porcelain, W/ Push Button Faucet Valve (7 Sets) 40 Surface Lavatories, Round & White, For Counters (7 Sets) 41 Cylindrical Knobset (4 Sets) 42 Sliding Barrel Flat Bolt, Stainless, 3” (8 Sets) 43 2-prong Universal Outlets (4 Sets) 44 Electrical Flexible Hose (60 M) 45 Electrical Tape, 16m (4 Pcs.) 46 Junction Square Box W/ Cover (6 Pcs.) 47 Panel Board, 8 Branches (1 Set) 48 Utility Box (7 Pcs.) 49 Orbit Fan (2 Units) 50 Circuit Breaker, 30a (1 Pc.) 51 Circuit Breaker, 15a (2 Pcs.) 52 Led Downlight, White, 9w, 145mm X 145mm, 3 Colors (21 Pcs.) 53 Thhn Wire #12 (2 Boxes) 54 Thhn Wires #10 (1 Box) 55 2-gang Switch (2 Sets) 56 1-gang Switch (2 Sets) 57 4-gang Switch (1 Set) 58 Gi Tubular, 2” X 4” (20 Pcs.) 59 Stainless Zppsu Seal, 1.5m Ø (1 Set) 60 Fiber Cement Board, 3.5mm (40 Pcs.) 61 Double Metal Furring (145 Pcs.) 62 Cut-off Wheel Blade, 14” (4 Pcs.) 63 Angle Grinder Cutting Disc (20 Pcs.) 64 Mirror W/ Brown Aluminum Framing, 80cm H X 60cm W (1 Pc.) 65 Mirror W/ Brown Aluminum Framing, 80cm H X 200cm W (2 Pcs.) 66 Wall Angle, 0.4mm (35 Pcs.) 67 Filling Materials, No Boulders & Big Rocks (120 Cu.m.) 68 Door Bumper (4 Pcs.) 69 Stainless Toilet Signages, Male & Female (1 Pc.) 70 Stainless Toilet Signages, Male (1 Pc.) 71 Stainless Toilet Signages, Female (1 Pc.) 72 Stainless Toilet Signages, Pwd (1 Pc.) 73 Stainless Door Hinges, 3” X 3” X 2mm, Set Of 2 (8 Sets) 74 Stainless P-trap, For Lavatory (7 Sets) 75 Stainless Bidet, Chrome-plated, Spray (14 Sets) 76 Gi Welding Electrode (20 Kgs.) 77 Sanitary Pipes, S1000, 2” (12 Pcs.) 78 Louver-type Solid Panel Door, 1000 X 2100 X 40, Gloss Choco Brown (1 Set) 79 Louver-type Solid Panel Door, 700 X 2100 X 40, Gloss Choco Brown (1 Set) 80 Louver-type Solid Panel Door, 800 X 2100 X 40, Gloss Choco Brown (2 Sets) 81 Louver-type Solid Cafe Door, 500 X 1600 X 40, Gloss Choco Brown (7 Sets) 82 Door Jamb, Good Quality, 1m (1 Set) 83 Door Jamb, Good Quality, 0.7m (1 Set) 84 Door Jamb, Good Quality, 0.8m (2 Sets) 85 Door Jamb, Good Quality, 0.5m (7 Sets) 86 Stainless Flexible Hose, ½” X 12” (9 Pcs.) 87 Angle Valve, 2-way (8 Pcs.) 88 Angle Valve, Single (7 Pcs.) 89 Metal Single Robe Hook (12 Pcs.) 90 Stainless Steel Welding Electrode (5 Kgs.) 91 Non-slippery Porcelain Light Gray Tiles, 60” X 60” (197 Pcs.) 92 Glossy White Tiles, 30” X 60” (712 Pcs.) 93 Granite Slab, 60mm X 220mm (3 Pcs.) 94 Tile Adhesive (20 Bags) 95 Tile Grout, White (30 Bags) 96 Stainless Steel Tube, 2” Ø (12 Pcs.) 97 Stainless Steel Pipe Fitting, 90°, 2” Ø (12 Pcs.) 98 Pwd Stainless Grab Bar (3 Sets) 99 Awning-type Window W/ Analok Framing, 0.5m X 0.5m, Refer To Plan (8 Sets) 100 Awning-type Window W/ Analok Framing, 0.5m X 1.5m, Refer To Plan (4 Sets) 101 Common Wire Nails, 2” (2 Boxes) 102 Common Wire Nails, 3” (2 Boxes) 103 Common Wire Nails, 4” (3 Boxes) 104 Concrete Nails, 4” (1 Box) 105 Coco Lumber, 2” X 2” X 12’ (150 Pcs.) 106 Coco Lumber, 2” X 3” X 12’ (150 Pcs.) 107 Phenolic Board (20 Sheets) 108 Pvc Vertical Tank, 2000l (2 Pcs.) 109 Pvc Horizontal Tank, 1000l (1 Pc.) 110 Water Pump, 0.75hp (1 Set) 111 Bladder Tank, 20l (1 Set) 112 Pressure Gauge (1 Pc.) 113 Float Ball Valve (2 Pcs.) 114 Ppr Gate Valve, ½” (3 Pcs.) 115 Ppr Check Valve, ½” (4 Pcs.) 116 Double Float Suspension (3 Pcs.) 117 Ppr Pipe, ¾” Ø, Red Line (8 Pcs.) 118 Sanitary Coupling, 4” Ø (13 Pcs.) 119 Ppr Female Elbow, ½”, Metal Thread (45 Pcs.) 120 Ppr Coupling, ½” (25 Pcs.) 121 Ppr Ball Valve, ½” (2 Pcs.) 122 Ppr Ball Valve, ¾” (2 Pcs.) 123 Electric Impact Drill, Heavy-duty, Good Quality, 750w Min. (2 Units) 124 Angle Grinder, Heavy-duty, Good Quality, 710w Min. (2 Units) 125 Tie Wire #16 (50 Kgs.) 126 Glazing Putty (5 Gals.) 127 Flat Wall Enamel (10 Gals) 128 Enamel Quick-dry (10 Gals.) 129 Paint Thinner (5 Gals.) 130 Liquid Tile Tinting Color, Venetian Red, Full Tone (6 Pints) 131 Liquid Tile Tinting Color, Raw Sienna, Full Tone (6 Pints) 132 Liquid Tile Tinting Color, Hansa Yellow, Full Tone (6 Pints) 133 Liquid Tile Tinting Color, Bulletin Red, Full Tone (6 Pints) Note: For Details On Door & Window Dimensions & Specifications, Please Refer To The Pdmeo (project Development Management & Evaluation Office). ______________________________ Supplier’s Signature Over Printed Name The Schedule Of Bac Activities Is As Follows: 1. Pre-bid Conference - October 10, 2024, @ 10:00a.m. 2. Receipt And Opening Of Bids - October 22, 2024, @ 10:00a.m. 3. Bid Evaluation - October 23-29, 2024 4. Post-qualification - October 23-29, 2024 5. Issuance Of Notice Of Award - October 30, 2024 6. Contract Preparation & Signing - October 31, 2024 7. Issuance Of Notice To Proceed - October 31, 2024 The Criteria To Be Used For The Eligibility Check Of Prospective Bidders, Examination And Evaluation Of Bids, Post-qualification And All Matters To This Procurement Shall Be Under Republic Act No. 9184 (the Government Procurement Reform Act) And Its Implementing Rules And Regulations. Interested Bidders May Obtain Further Thank Important Notice To Bidders: 1. Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Of Five Thousand Pesos (p 5,000.00). It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 2. All Bidders Are Required To Post A Bid Security In The Form Of A Cash/bank Guarantee (2% Of Abc) Or Surety Bond (5% Of Abc) Or Bid Securing Declaration. 3. The Bidder Shall Prepare An Original Technical And Financial Proposal, Copy 1 And Copy 2. 4. State The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative In A Sealed Envelope. 5. Warranty Shall Be For Three (3) Months For Supplies And Materials. One (1) Year For Equipment From The Date Of Acceptance By The Procuring Agency. 6. All Erasures Must Be Initialed To Avoid Disqualifications. 7. Late Submission Of Bids Will Not Be Accepted. Approved By: (sgd.) Jocelyn P. Remoto Bac Chairperson The Zamboanga Peninsula Polytechnic State University Reserves The Right To Reject Any Or All Bids, Accept The Bid Most Advantageous To The Government, And Award The Contract By Lot.
Closing Date29 Oct 2024
Tender AmountPHP 1.9 Million (USD 33.1 K)

AGENCY FOR HEALTHCARE RESEARCH AND QUALITY USA Tender

Telecommunication Services
United States
Details: This Is A Small Business Sources Sought Notice (sbss). This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Small Business Sources; (2) Whether They Are Small Business; Hubzone Small Businesses; Service-disabled, Veteran-owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Small Disadvantaged Businesses; And (3) Their Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition. Your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. An Organization That Is Not Considered A Small Business Under The Applicable Naics Code Should Not Submit A Response To This Notice. project Description And Requirements: the Medical Expenditure Panel Survey (meps) Is A Set Of Large-scale Surveys Of Families And Individuals, Their Medical Providers (doctors, Hospitals, Pharmacies, Etc.), And Employers Across The United States. Collectively These Meps Surveys Collect Data On The Specific Health Services That Americans Use, How Frequently They Use Them, The Cost Of These Services, And How They Are Paid For, As Well As Data On The Cost, Scope, And Breadth Of Health Insurance Held By And Available To U.s. Workers. It Has Been Conducted Since 1996 And Is Administered By The Agency For Healthcare Research And Quality (ahrq). this Sbss Notice Pertains To The Meps Household Component (meps-hc). The Meps-hc Collects Data From A Sample Of Families And Individuals In Selected Communities Across The United States, Drawn As A Subsample From A Nationally Representative Sample Of Households That Participated In The Prior Year’s National Health Interview Survey (nhis). During The Meps-hc Household Interviews, Field Interviewers (fis) Collect The Following Detailed Information For Each Person In The Household From A Single Household Respondent: Demographic Characteristics, Health Conditions, Health Status, Use Of Medical Services, Charges And Sources Of Payments For Medical Services, Access To Healthcare, Satisfaction With Healthcare, Health Insurance Coverage, Income, And Employment. The Meps-hc Also Includes Supplemental Self-administered Questionnaires (saqs) That Are Administered In Web-based And/or Paper-based Form To Certain Sample Members. As Well, For Respondents Reporting Medical Events The Meps-hc Administers Authorization Forms That Seek Signed Permission From The Respondent To Contact Their Medical Providers (as Part Of The Meps Medical Provider Component Or Meps-mpc), The Full Content Of The Meps-hc Survey Is Available Online At Https://meps.ahrq.gov/mepsweb/survey_comp/survey_questionnaires.jsp. the Meps-hc Employs A Panel Design, With A New Panel Fielded Every Calendar Year. For Each Panel, Data Collection Consists Of Contacting Upwards Of 14,500 Households (representing 35,000 Individuals) Five Times Over A Two-and-a-half-year Period (approximately Every 6 Months). The Fi Workforce Consists Of Approximately 350 Interviewers Recruited And Employed Throughout The United States And Spread Across Approximately 200 Primary Sampling Units. The Meps-hc Interviews Are Conducted Primarily Face-to-face In The Respondents’ Households Using Computer Assisted Personal Interviewing (capi). However, Following The Covid-19 Pandemic Other Data Collection Modes Have Been Introduced, Including Both Computer Assisted Virtual Interviewing (cavi) And Phone Interview Modes, With Data Collection Mode Varying For Purposes To Gaining Data Collection Efficiencies. Households Sampled For Voluntary Meps-hc Participation Are Initially Contacted By Phone And/or Mail For The Purpose Of Legitimizing The Survey And Maximize Cooperation Rates Before Scheduling In-person Interviews. The Most Recent Panel 28 Round 1 Finished With A 65 Percent Response Rate. the Existing Capi Instrument For The Core Meps-hc Interview Is Programmed In Blaise Software And Consists Of Approximately 50 Different Questionnaire Sections Representing Over 1,000 Pages Of Hardcopy Material With An Average Interview Time Of Approximately 90 Minutes. The Main Meps-hc Interview Is Routinely Updated To Accommodate New Questionnaire Content Or To Apply Edits To Existing Content. Additionally, The Capi Instrument Contains A Medical Provider Directory To Enable To A More Efficient Search And Entry Of Reported Medical Providers And Searchable Lookup Tools For Commonly Reported Medical Conditions And Prescribed Medicines. Annually, New Fis Are Recruited, Hired, And Trained Over A One-week Period To Address Staffing Needs As A Result Of Field Interviewer Attrition From Previous Hiring Cohorts. New-to-project (ntp) Fi Training Is A Combination Of In-person Training Conducted At A Central Location And Web-based Training. Following The Ntp Training, Fis Receive In-home Training Materials That Are Designed To Continue Training In Support Of Data Collection Spanning A Two- And Half-year Time Period. Additionally, All Veteran (returning) Fis Receive In-person Refresher Training Every Third Year Of Employment On The Project. Data Security Measures Consistent With A Fips-moderate Classification Must Be Deployed To Maintain Confidentiality Protections Of The Meps-hc Data Collected. This Consists Of, But Is Not Limited To, The Encryption Of Interviewer Laptops, The Electronic Transfer Of Data Through Encrypted Means To A Central Location For Data Processing, And The Preparation Of Public Use Data Files. several Analytic Weights Are Developed To Enable Nationally Representative Point Estimates And Accurate Standard Errors. Data Are Cleaned And Processed Through Data Editing, Coding, Statistical Imputation Of Some Variables With Missing Data, And Implementation Of Statistical Disclosure Limitation Techniques. Editing And Imputation Work Requires Coordination With The Meps Medical Provider Component (meps-mpc) Contractor, Which Collects Information From Healthcare Providers On Charges And Sources Of Payments For Medical Events. Approximately 20 Public Use Data Files Are Released Annually Representing Thousands Of Analytical Variables Pertaining To Health Care Utilization And Expenditures As Well As Demographic Characteristics Of The Sample Population. More Information On The Public Use Data Files That Meps-hc Releases Is Available At Https://meps.ahrq.gov/mepsweb/data_stats/download_data_files.jsp. this Project Consists Of The Following Tasks: project Management, Reporting, And Meetings project Meetings project Planning, Including Quality Control Plan And Continued Operation Of The Meps-hc project Reporting, Including Monthly Progress, Finance, And Evm Reports data Security Plan, Ato Documentation, And Continuous Monitoring meps-hc And Meps-mpc Project Coordination Activities project Closeout/transfer Of Operations instrumentation instrument Development, Including Updating Main Interview And Self-administered Questionnaires (saq) In Both English And Spanish programming (and Testing) The Capi, Cavi, And Saq Instruments In Both English And Spanish develop Supporting Household Data Collection Field Materials In Both English And Spanish omb Paperwork Reduction Act (pra) Clearance sample Design And Selection designing And Implementing The Meps-hc Sample Design nhis-hc Sample File Linkages meps-hc Panel Sample Maintenance prepare And Transfer Meps-mpc Sample Files To Mpc Contractor field Staff Preparation field Interviewer And Supervisor Recruitment/hiring For Nationwide Panel Survey field Interviewer And Supervisor Training And Management For Nationwide Panel Survey meps-hc Data Collection collect Main Interview Household Data collect Saq Data collect Authorization Forms From Meps-hc Respondents For Meps-mpc Sample collect Pharmacy Patient Profiles data Management And Data Processing data Management And Data Processing Plan forms Control And Receipt between Round Data Processing data Coding/recoding data Editing And Imputation data Weighting And Variance Estimation, And Benchmarking To Outside Data Sources And Previous Meps Estimates meps-hc/mpc Statistical Matching data Files And Documentation public-use File (puf) Disclosure Review preparing Developing Puf Analytic Files And Supporting Documentation survey Documentation annual Meps-hc Methodology Report ad-hoc Methods Reports further Discussion And Detail Pertaining To The Meps-hc May Be Found At: Http://www.meps.ahrq.gov/mepsweb/survey_comp/household.jsp anticipated Period Of Performance: idiq Ordering Period: 5 Years task Order 1 Base Period: 5 Months task Order 1 Option Years 1-6: 12 Months Each task Order 1 Option Year 7: 3 Months capability Information Sought: capabilities Necessary To Fulfill This Requirement Include: project Director Experienced In The Full Survey Operations Lifecycle For A Large, National Health Household Survey ability To Recruit, Hire, Train, And Manage A Field Interviewer Workforce Of Approximately 350 Individuals That Can Interview In Any Sampled Location Within The 50 States And District Of Columbia experience Fielding Large National Longitudinal Household Panel Surveys In Both English And Spanish That Includes Multiple Rounds Of Data Collection Simultaneously experience Programming, Updating, And Maintaining Capi Survey Programs In Blaise And Cavi Programs For Video-based Interviewing. ability To Administer Supplemental Saqs And Authorization Forms On A Large Scale, Including: Printing And Mailing Pre-contact Survey Materials To Sampled Households; Administering Authorization Forms For Signature And Receipt; Programming And Implementing Web Surveys; And Creating, Printing, And Administering Paper-based Surveys experience Obtaining Clearances Such As Omb Paperwork Reduction Act (pra) And Fisma Authorization To Operate (ato) For A Fips-moderate Classified System staff With Technical Expertise In Producing Weights And Variance Estimation Variables From A Complex Survey Design, Including Nonresponse Adjustments And Calibration To Control Totals staff With Experience In All Aspects Of Data Processing For Survey Data, Including Data Editing, Coding Health Data, Statistical Imputation, And Statistical Disclosure Limitation ability To Produce Approximately 20 High-quality Public Use Data Files Per Year, Including Supporting Documentation And Codebooks the Capability Statement Response To This Small Business Sources Sought Notice Should Include The Following Information: A) Staff Expertise, Including Their Availability, Experience, And Formal And Other Training; B) Current In-house Capability And Capacity To Perform The Work; C) Corporate Experience And Information On Prior Projects Of Similar Size And Complexity; D) List Any Government Wide Contracting Vehicle For Which The Respondent Has A Contract (example, Gsa Schedule, Etc). information Submission Instruction: interested Qualified Small Business Organizations Should Submit A Tailored Capability Statement For This Requirement. the Cover Page Must Include The Following: uei Number organization Name organization Address size And Type Of Business (e.g., 8(a), Hubzone, Etc.) Pursuant To Naics Code 541910. technical Point(s) Of Contact, Including Names, Titles, Addresses, Telephone, And E-mail Addresses. all Capability Statements Sent In Response To This Small Business Sources Sought Notice Must Be Submitted Electronically (via E-mail) To Tara Bertolini, Contract Specialist, Tara.bertolini@ahrq.hhs.gov In Ms Word, Or Adobe Portable Document Format (pdf), No Later Than 2:00 Pm On November 13, 2023. Responses Should Not Exceed 20 Single-sided Pages (including The Cover Page, All Attachments, Resumes, Charts, Etc.) Presented In Single-space And Using A 12-point Font Size Minimum, That Clearly Details The Ability To Perform The Aspects Of The Notice Described Above. disclaimer And Important Notes: this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Sam.gov. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality: no Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).
Closing Date13 Nov 2024
Tender AmountRefer Documents 

Department Of Agriculture Tender

Construction Material
Philippines
Details: Description Invitation To Bid For The Supply, Delivery, Installation And Testing/commissioning Of 3 Units Brown Rice Mill Under Rice Program Cy 2024 (second Posting) 1. The Department Of Agriculture Regional Field Office Iva Through The Rice Program Intends To Apply The Sum Of Three Million Pesos (ᵽ 3,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply, Delivery, Installation And Testing/commissioning Of 3 Units Brown Rice Mill Under Rice Program Cy 2024 (second Posting) With Project Identification No.: Itb-2024-06-202. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. Supply, Delivery, Installation And Testing/commissioning Of Brown Rice Mill I. Design And Performance Type: Stationary, Single Pass Prime Mover: Minimum 14.9kw (20hp) Diesel Engine, Water-cooled With Electric Starter, Battery And Battery Charger And Able To Provide Sufficient, Continuous And Peak Power Requirement Of The Milling System Specific Fuel Consumption: Maximum @350 G/kw-h At 80% Rated Power Hulling System: Rubber Roll Hulling Efficiency: 75%, Minimum Milling Recovery Index: 0.90, Minimum Percent Head Rice Index: 0.85, Minimum Input Capacity: 500 Kg/hr, Minimum Milling Degree: Well Milled Number Of Paddy Per Kg Of Milled Rice: 15 Components: 1. Paddy Intake Feed Hopper 2. Paddy Pre-cleaner System -single-layer Screen For Chaff, And Fine Impurity Removal -with Magnetic Separator To Remove Ferrous Particle From The Product 3. Rubber Roll Huller -huller Size 4 (belt Type) With Husk Aspirator -adjustable Inlet Port With Regulated Feeder -fitted With Dust Collection System 4. Paddy Separator For Brown Rice 5. De-stoner -mounted On Steel Base Structure -separates Stones And Other Heavy Impurities 6. Whitener -abrasive Type Or Friction Type 7. Rice Sifter With Aspirator -oscillating Tray-type Or Drum-type 8. With Conveyors And Elevators -bucket Type For The Transfer Of Grains 9. Mounting Frame -steel Channel (reinforced By Steel Angular Bars (50mm X 50mm X 6mm), Minimum -with Foundation Brackets For Concrete Floor Installation Accessories: 1. With Portable Moisture Meter (multi-grain And Capacitance Type) •moisture Range: 12-15% Or Wider •accuracy: ±0.5% Or Better •lcd/led Display •battery Operated •with Operation Manual Written In English 2. Handheld Or Portable Bag/sack Closer/sewer 3. One (1) Set Of Spare Rubber Roll 4. One (1) Set Of Spare Whitener Screen 5. One (1) Spare Of Steel-fluted Roller 6. One (1) Unit Weighing Scale, 1000 Kg Capacity, 0.5kg Graduation 7. With Reflectorized "da Calabarzon" Logo (254mm X 508mm) At The Prescribed Part Of The Rice Mill. 8. With Manufacturer's Name Plate Indicating The Serial Number Of The Machine And Engine. Ii. Safety Noise Level Should Be Maximum Of 92 Db (a) For 6-hours Continuous Operation. If Exceeded, Earmuff Must Be Provided For Each Unit. Iii. Maintenance Provided With A Set Of Manufacturers Standard Heavy-duty Tools: Made Of Tempered Steel And Chrome Vanadium: •one Set Socket Wrench (no. 8 To 20, No. 22,23,24,27,30,32, Minimum) •one Set Combination Wrench (open And Box, 10pcs - Size Appropriate To The Drying System) •screw Driver, Philips And Flat Head, 300mm Minimum •grease Gun, 250mm Cylinder Length, Minimum •mechanical Pliers, 200mm, Minimum •adjustable Wrench: 300mm, Minimum •heavy Duty Toolbox And Roll Up Tools Holder (can Accommodate All Tools) Iv. List Of Applicable Paes Pabes For Rice Mill Pabes For Rubber Roll Paes For Guidelines On After Sales Service Paes For Operator's Manual - Content And Presentation V. Other Requirements 1. With Original Equipment Manufacturers (oem) Operators Manual Of The Rice Mill And Engine Written In English Or Filipino 2. With One Year Warranty For Major Parts And Service From The Date Of Acceptance Of The Beneficiary And At Least Two (2) Follow-up Visits To The Recipient Within The Warranty Period (free Labor During The First Preventive Maintenance Service Within The Warranty Period) 3. Supplier Shall Provide Warranty And After-sales Service Conforming To Pns/pabes 192:2016 (guidelines On After-sales Service) 4. System Testing: In Compliance To Memorandum Order No. 35 Series, 2018, The Amtec Testing And Evaluation Of Agricultural Facilities Should Be Conducted After The Award Of The Contract To The Winning Bidder And After The Complete Installation Of The Machinery On Site. Thereafter, The Amtec Test Report For All Units Shall Be Submitted By The Winning Bidder To The Procuring Entity Prior To The Acceptance And Payment Of The Procuring Entity. 5. Certification That The Bidder Will Provide The Palay Samples, Labor, Fuel And Other Necessary Materials For System Testing. 6. The Rice Milling System And Mounting Frames Should Be Painted Finish, With Rust-proofing Primer And Final Paint Color 7. Certification That The Bidder/supplier Will Conduct Training On The Proper Handling, Operation And Maintenance Of The Unit For At Least Two (2) Operators Of The Farmers Association (fa) 8. With Certification Of Very Satisfactory Performance Of The Supplier From At Least Three (3) Clients, With Full Address And Telephone Numbers, Within The Last Two (2) Years. 9. With National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers, Accreditation And Classification (namdac) Certificate Of Accreditation 10. With Permit To Operate Issued By Da-bafe As Per Memorandum Circular No. 30 Series Of 2020 Vi. Terms Of Payment 85% Upon Complete Installation And 15% Upon Testing/commissioning And Acceptance Of Recipient. Place Of Delivery: • Lemery, Batangas • Baras, Rizal • Tiaong, Quezon Delivery Of The Goods Is Required Within Sixty (60) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) 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). 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. A. 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 No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid 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 Thousand Pesos (ᵽ5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On October 9, 2024 10:20 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before October 21, 2024 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On October 21, 2024 10:20 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation 11. The Department Of Agriculture Regional Field Office Iva 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. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: October 1, 2024 _____________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
Closing Soon21 Oct 2024
Tender AmountPHP 3 Million (USD 52.2 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Construction Material
United States
Details: W912ee this Is A Sources Sought Notice Only. This Is Not A Request For Proposals. This Request Does Not Obligate The Government To Any Contract Award. A Separate Solicitation Will Not Be Issued For This Action. This Sources Sought Is Issued For The Sole Purpose Of Identifying Large And Small Businesses With The Capabilities Of Providing The Commercial Items As Detailed In The Scope Of Work. The Vicksburg District May Use The Capability Statements Received From This Sources Sought Notice To Select Vendors To Participate In The Blanket Purchase Agreements Detailed Below. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice Or Any Follow Up Information Requests. the Government Is Seeking To Identify Large And Small Business Sources Under North American Industry Classification System (naics) 212312 - Crushed And Broken Limestone Mining And Quarrying (size Standard – 750 Employees). These Businesses Shall Be Capable Of Providing The Items Detailed In The Scope Of Work In The Geographical Area For This Bpa. Under This Bpa, If Large Businesses Are Selected To Participate, The Govenrment Reserves The Right To Set-aside Delivery Orders As Small Business Set-asides Or Under Any Of The Socioeconminc Categories. all Stone Delivered Shall Be Provided From A U.s. Army Coprs Of Engineers Approved Quarry As Detailed In The Scope Of Work. 1. Contract Information: The Vicksburg District U.s. Army Corps Of Engineers Is Soliciting Capability Statements And Past Performance Information From All Qualified And Interested Contractors To Participate In A Requirement For Multiple Blanket Purchase Agreements (bpas) For The Army Corps Of Engineers, Which Is Requesting Bulk Aggregates, Hydrated Lime, Dirt, Oxalic Acid, And Other Construction/maintenance Materials In The Form Of Multiple Bpas. The Bpas Are Anticipated To Be A Period Not To Exceed Five Years From Date Of Contract Award. 2. Project Information: The Requirement Is For The Supply And Delivery Of Bulk Aggregates, Hydrated Lime, Dirt, Oxalic Acid, And Other Construction/maintenance Materials. a. Commencement, Prosecution And Completion Of Work: The Contractor Shall Be Required To (a) Commence Deliveries Under A Delivery Order On The Start Date Of Mutual Agreement Between The Government And The Contractor, Prosecute The Work Diligently, And Complete The Deliveries Per An Approved Work Schedule. site Visit Is Highly Recommended To Gather Additional Details Including But Not Limited To Accurate Measurements, Obstacles, Working Environment, Etc. . b. Inspection And Acceptance: The Government Reserves The Right To Decrease Or Increase The Final Quantities Of Each Delivery Order Depending On Unit Prices And Available Funding. the Inspection And Acceptance Procedures Specified Herein Set Forth A General Policy That Only The Supplies Meeting The Requirements Of The Delivery Order Will Be Accepted. Neither The Presence Nor The Absence Of Government Inspection Shall Relieve The Contractor From Any Delivery Order Requirements. This Will Be Specified Beforehand In The Scope Of Work For Each Bpa Call. c. Delivery: On A Per Order Basis, The Contractor May Be Required To Submit A Written And Signed Delivery Schedule To The Government For Review And Approval. At Minimum, The Schedule Shall Include The Delivery Start Date, Tonnage To Be Delivered Per Day, And The Completion Date. Depending On The Order, Deliveries Will Be Coordinated With The Local Levee Board That’s Over The Coordinates Unless Authorized By The Government And Agreed Upon Between The Contractor And Government. The Contractor Shall Make Deliveries At A Minimum Of 5 Days Per Week Unless Otherwise Approved By The Contracting Officer’s Representative And/or Designated Government Representative. Upon Approval Of All Post-award Submittals, The Contractor Will Have Three Business Days To Confirm/coordinate The Delivery Dates With The Contracting Officer’s Representative And/or Designated Government Representative. Work Shall Commence After The Delivery Dates Have Been Confirmed/coordinated With The Contracting Officer’s Representative And/or Designated Government Representative. The Contractor Shall Submit To The Contracting Officer’s Representative And/or Designated Government Representative An Updated Schedule Every 2 Weeks, And As Needed. when Weather Or Other Conditions Affect The Delivery Schedule The Contractor Shall Update The Delivery Schedule Immediately (daily If Necessary) To Account For Impacts To The Initial Schedule. Any Changes To The Original Completion Date Must Be Justified By Impacts That Cannot Be Controlled By The Contractor. The Contractor Shall Coordinate These Impacts In A Timely Fashion With The Contracting Officer’s Representative And/or Designated Government Representative For Concurrence Prior To Considering The Work Delay As Justified. Weather Delays Will Be Based On Conditions At The Site Of Delivery. Delays To River Shipping Will Not Be Considered Unless An Official Delay Is Published By The U.s. Coast Guard. There Is No Guarantee Of Dependable Navigation On Smaller Channels Such As The Yazoo River, Tallahatchie River, Etc. Fluctuations In Stages Can Limit Or Stop Navigation. The Contractor's Inability To Navigate These Waters Or Move Their Plant, Materials, Or Equipment Does Not Constitute An Excusable Delay. The Contracting Officer Will Make The Final Determination As To The Validity Of Any Delay. when Delivering Levee Surfacing Material, The Contractor Shall Deliver To The Levees And Tail Gate Spread Or Belly Dump Spread The Material So It Can Be Graded By The Designated Equipment. The Contractor Will Not Be Allowed To Dump The Levee Surfacing Material In Piles In Excess Of 2 Feet Deep Or In Any Manner That Results In Spillage Of Material Down The Levee Slopes. the Contractor May Be Required To Provide An On-site Delivery Manager At Each Location During The Delivery Process For Quality Control, Coordination, And Management Of Deliveries. the Delivery Manager Shall: a.) Be Onsite At The Delivery Location For Each Day Of Scheduled Deliveries, b.) Communicate Daily Delivery Information With The On-site Government Inspector, c.) Be The Contractor’s Primary Poc For The On-site Government Inspector, d.) Be Responsible For Delivery Load Ticket Management, e.) Keep And Report Delivery Totals Daily, f.) Ensure Deliveries Are Compliant With The Contract Specifications. the Contractor’s Delivery Manager Shall Be On-site At All Times While Deliveries Are Made. Trucks Will Not Be Allowed To Dump If The Delivery Manager Is Not Present. Payment Will Not Be Made For Loads That Are Dumped In The Absence Of The Contractor’s Delivery Manager. the Contractor Will Not Be Allowed To Deliver Material Until The Government And/or Local Sponsor Has Determined The Delivery Location Is Suitable. The Government And/or The Local Sponsor Will Have Personnel & Equipment On-site. The Government And/or The Local Sponsor Will Spread The Material As It Is Delivered/dumped. The Contractor May Be Limited To One-way Traffic On Levees During Delivery Operations. Close Coordination, Careful Pre-planning, And Continuous Communication Between The Contractor And The Government And/or Local Sponsor Must Be Maintained. The Contractor Will Deliver And Coordinate With The Local Levee Board’s Schedule Of Operations. The Contractor Shall Implement Measures To Promote Safe Working Conditions; The Contractor Shall Adhere To Em385-1-1 Corps Safety Manual, And Traffic Control Plan Requirements. d. Minimum Delivery Requirements: Varying Minimum Delivery Rates, Hours, And Days May Be Required By Individual Delivery Orders. The Contractor Will Be At A Minimum, Capable Of Delivering Materials Under Each Delivery Order Issued Under This Blanket Purchase Agreement, A Minimum Rate Of 500 Tons, Per 8 Hour Day On A Continuous Basis Until The Quantity Ordered Has Been Delivered. If The Contractor Has A Greater Delivery Capability And Is Willing To Offer This Capability To The Government At No Additional Expense, Then The Contractor May Advise The Contracting Officer Of Such Capability So That It Could Be Utilized, If Desired By The Government. e. Dumping Procedures: Various Dumping Procedures May Be Required Under This Blanket Purchase Agreement, To Be Determined On Each Delivery Order. The Contractor May Be Required To Deliver Material Via Spaced Partial Load Dumping, Tailgate Spreading, And/or Stockpile Dumping, As Specified In The Scope-of-work For Each Delivery Order. g. Delivery/hauling Vehicle Identification: To Facilitate Identification And Logging Of Delivery Vehicles, The Contractor Shall Insure That Each Vehicle To Be Used In Executing Deliveries Has An Individual Identification Number Or License Plate Number; Or, Where Trailers Are To Be Used, Individual Identification Numbers Or License Plate Numbers For Each Trailer. The Contractor Shall Keep All License Plates, Id Numbers, Etc. Clean And Otherwise Legible. Vehicles With Dirty Or Illegible License Plates Or Identification Numbers Will Not Be Allowed To Dump Until These Plates Or Id Numbers Are Made Legible By The Contractor. All Id Numbers Shall Be On The Sides Of The Delivery Vehicles. Any Other Vehicle Or Trailer Identification System Used By The Contractor Shall Provide For Uniform, Plainly Visible, And Permanent Numbering Affixed To The Vehicle Or Trailer. Such Numbering Shall Make Each Vehicle And Trailer Individual With Respect To Delivery Activities Under The Delivery Orders, I.e., Each Truck Or Trailer Shall Have Its Own Number. Vehicles And/or Trailers That Do Not Have A License Plate And/or Id Number Will Not Be Allowed To Dump, And Ticket Will Not Be Accepted. Vehicles And/or Trailers That Are Not Listed On The Vehicle Identification List Will Not Be Allowed To Dump, And Ticket Will Not Be Accepted. see Attached Scope Of Work For Additional Details. 3. System For Award Management: In Accordance With Far Provision 52.204-7, Prospective Contractors Must Be Registered In The System For Award Management (sam) Prior To Entering Into A Bpa Master Agreement And Receiving Resulting Bpa Calls. Lack Of Registration In The Sam Database Will Make An Offeror Ineligible To Receive A Bpa And Any Resulting Bpa Calls. Information On Sam Registration Can Be Obtained Via The Internet At Https://sam.gov/content/home 4. Submission Requirements: The Government Invites Contractors With The Capabilities Necessary To Meet Or Exceed The Stated Requirements, As Indicated In This Posting, To Submit A Capability Statement Consisting Of Appropriate Documentation, Literature, Brochures, And Past Performance Information With References. Past Performance Documentation Shall Include Contact Names, As Well As A Description Of The Services Provided, Contract Type (i.e., Fixed Price Or Cost), And Dollar Value. Proof Of Small Business Size Must Also Be Included. The Company's Cage Code And Uei Number Shall Also Be Included With The Submission. the Capability Statement For This Sources Sought Is Not Expected To Be A Proposal, But Rather Short Statements Regarding The Company's Ability To Demonstrate Existing Or Developed Expertise And Experience In Relation To Similar Requirements. Any Brochures Or Currently Existing Marketing Material May Also Be Submitted With The Capabilities Statement. Please Indicate Your Interest And/or Ability To Provide All Supplies. This Sources Sought 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 Any Information Received From Potential Sources As A Result Of This Sources Sought. Respondents Will Not Be Notified Of The Sources Sought Results. interested Companies Responding To This Sources Sought Should Include The Following Information: please Provide Your Company Name, Address, Point Of Contact With Corresponding Phone Number, E-mail Address, Cage Code And Small Business Size Under Naics 212312. clearly Confirm That Your Company Business Size As Large Business, Small Business, And If Applicable, Designation As Hubzone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-owned Business. if Your Company Is Not Currently Providing These Commercial Items, Has Your Company Had Experience In The Last 5 Years Providing These Types Of Commercial Items? what Does Your Company Specialize In? documentation That Confirms Your Firm's Capability To Perform In This Geographic Location. what Experience Does Your Company Have With Government Contracts? it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than 5 Single Sided Pages 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. responses To This Notice Are Due No Later Than 4:00 P.m., Central, 28 October 2024, Via Email To Dustin.g.cannada@usace.army.mil And Jeffrey.l.smith-lyon@usace.army.mil phone Calls Will Not Be Accepted. interested Parties Should Register On-line And Subscribe To Receiving Procurement Announcements Related To This Sources Sought Notice At Www.sam.gov. Any Questions Related To This Notice Shall Be Submitted In Writing To The Point Of Contact Listed Below. All Information Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Non-government Personnel And Entities.
Closing Date28 Oct 2024
Tender AmountRefer Documents 

University Of The Philippines Tender

Healthcare and Medicine
Philippines
Details: Description Supply Of Ultrasound With Dopplers For The Project Entitled, Project 1. Preempt Gtn (predicting Evaluating Motor Pregnancy Transformation To Gestational Trophoblastic Neoplasia) I. High End 3d/4d Doppler Ultrasound Machine A. Platform 1. Console Type 2. Mobility A. With Four (4) Lockable Caster Wheels. B. With Front And Rear Handles. 3. Storage: Integrated Hard Disk Or Ssd With At Least 500 Hdd Capacity. 4. Built-in Battery/ Standby Battery Optional 5. Ports A. Equipped With At Least Four (4) Probe Ports B. With At Least Five (5) Built-in Usb Ports, Hdmi, Dicom 6. Lighting: Backlit Alphanumeric Keyboard 7. With Integrated Loudspeakers 8. Printer A. With One (1) Printer (black And White) With On Board Storage Of Thermal Paper B. With One (1) Colored Printer With On Board Storage Of Photo Paper 9. With One (1) Dvd/cd Recorder 10. With One (1) Unit Ups That Can Power The Unit For At Least 20 Minutes (third Party), Or Longer B. Monitor 1. Viewing Monitor A. Must Have A High-resolution Led Screen Of Not Less Than Twenty-three (23) Inches; B. Must Be Equipped With A Movable (articulated) Arm Independent Of The Console: Horizontally, And Vertically. C. Must Have A Resolution Which Is At Least 1920 X 1080; D. Must Have Horizontal Rotate Angle +90/- 90 Degrees And Tilt Angle Minimum +30 /-75. 2. Control Panel A. Keyboard: Rotatable And Height Adjustable, Backlit, Alphanumeric B. 10.1 To 12.1 Inches Touch Screen, With User-configurable Layout; C. Equipped With Dedicated Keys For Recording Devices, Including Dicom. C. Software 1. System Features A. The Operating System (os) Must Be Compatible With Microsoft (ms) Or Linux Os B. Has A Fast System Bootup: I. Boot-up From Shut-down: 85-120 Seconds Or Faster Ii. Boot-up From Stand-by: 15 Sec C. The Display Modes Must At Least Include The Following Features: I. Full Size/xl, Split Screen Or Multi-screen Capability Ii. Ability To Display Images Or Simultaneous Or Selectable Alternating Modes D. Operating Modes I. B Mode Ii. M-mode Iii. Color Flow Mode (cfm) (2d, 3d And 4d) Iv. B Flow Or Similar Features (b+b/cfm, B+b/hd-flow, B/cfm+pw, B/hd-flow+pw Or B/hd-flow+pw, B+cfm, B+m, B+3d, B+4d, B/hd-flow) V. External Field Of View - Allows You To Select A Wider Field Of View To See More Anatomy With One Touch Vi. Power Doppler Imaging (pdi) Vii. Pw Doppler Viii. Volume Visualization Modes (3d/4d, Volume Contrast Imaging, Ultrasound Computed Tomography, 4d Biopsy) Ix. Volume Acquisition (up To At Least 90 Mb Vol Scan Size And Up To At Least 400 Vol/512 Mb For 4d Volume Cine; For 3d Static And 4d Rt), Stic And Post Processing Capability X. Coded Contrast Imaging Or Similar Features Xi. With Or Without Dual Live Mode / Biplane Mode Or Similar Features Xii. Quad Mode Or Similar Features Xiii. Inversion Mode Or Similar Features Xiv. Render Modes: ● Volume Rendering Method Generating Realistic Images Of The Fetus From Sonographic Data, Reveal A Unique Clinical Perspective Of Fetal Anatomy That Brings Unprecedented Anatomical Realism Or Similar Features. ● Glass Body Mode Or Similar Features ● Tomographic Ultrasound Imaging Or Similar Features ● Efficiency In Volume Rendering With Automated Placement Of The Render Line For Optimized Surface Rendering Or Similar Features. ● Volume Contrast Imaging Or Similar Features 2. Imaging Features A. Image Enhancement Software I. With Automatic Optimization Or Similar Features Ii. Speckle Reduction Imaging Or Similar Features Or Similar Features Iii. Tissue Harmonic Imaging Or Similar Features Or Similar Features Iv. Compound Resolution Imaging - With Enhanced Tissue And Border Differentiation With An Innovative, Real-time Spatial Compounding Acquisition And Processing Technique Or Similar Features B. Spatial Compound Imaging/spatio-temporal Image Calculation Correlation C. Continuous Dynamic Receive Focus/aperture Or Similar Features D. Panoramic View Or Similar Features E. Multi-frequency / Wideband Technology F. Raw Data Analysis ● Post Measurements, Post Processing On Zoom Modes Or Raw Data Capability G. Real Time Automatic Doppler Calculators 3. Data Back-up/restore, Image Exporting And Importing 4. Export Option: Dicom, Avi, Bmp, Tiff, Jpeg, Mp4, Usb And With Ethernet Network Connection 5. With Comprehensive Gynecologic Application Software • Must Have International Ovarian Tumor Analysis (iota): Lr2, Simple Rules, Adnex Model, Ieta (international Endometrial Tumor Analysis)and Idea (international Deep Endometriosis Analysis) 6. With Comprehensive Obstetrics Application Software A. Digital And Auto Calculation And Quick Measurement Of Fetal Biometry (bpd, Hc, Ac, Fl, Hl, Cereb., Cm, Vp) Or Similar Features B. Obstetrics Calculators I. Early Ob Or Similar Features Ii. Sonologic Nuchal Translucency Or Similar Features Iii. 2nd And 3rd Trimester Or Similar Features Iv. Advanced Ob, Multi Fetal Or Similar Features C. Fetal Cardiovascular Application Or Similar Features A. Fetal Echo Application 2. Advanced Software A. Elastography A. Elastography B. Vascular Application Or Similar Features C. Pelvic Floor Application Or Similar Features D. Advance Technology Live 3d/4d Multi Slice View, Volume Slice View, Inversion 3d, Volume Contrast Enhancement) 3d Gyne Or Similar Features E. Follicle Count - Automatically Calculates The Number, Dimensions, And Volume Of Hypoechoic Structures In A Volume Sweep To Help Monitor Patient Follicles Faster Or Similar Features D. Transducers 1. Non-volume Probes A. One (1) Unit Curvilinear Probe: 2 To 5 Mhz Frequency Or Wider Range With At Least 94 Degrees External Field Of View. Curvilinear Probes With 1.2 To 6 Mhz Frequency With At Least 72 Degrees External Field Of View Are Also Acceptable. B. One (1) Unit Endocavitary Probe (transvaginal): 4 To 9 Mhz Frequency Or Wider Range With At Least 185 Degrees External Field Of View 2. Volume Probes A. One (1) Unit Curvilinear Volume Probe: 2 To 8 Mhz Frequency Or Wider Range With At Least 90 Degrees External Field Of View B. One (1) Unit Endocavitary Volume Probe: 4 To 9 Mhz Frequency Or Wider Range With At Least 184 Degrees External Field Of View E. Accessories 1. Transvaginal And Transabdominal Biopsy/needle Guide Compatible To The Probes 2. Transvaginal And Transabdominal Needle 3. Footswitch With 3 Paddle (usb Connected) F. Dicom 1. Dicom Compatibilities: Store, Print, Verify, Worklist, Storage Commitment, And Media Exchange With 4d View Software G. Connectivity 1. Synchronization Application For Seamless Data Sharing And Reporting 2. Hipaa Compliant 3. Pacs Connectible H. Other Supplies 1. At Least Fifteen (15) Bottles Of Ultrasound Gel 2. At Least Five (5) Canisters Of Probe Cleaner 3. Protective Cover 4. Trolley For The Ups And Transformer I. Workflow 1. Optimized Key Locations Specifically Designed For Women’s Health Exams J. Security 1. Secure User Management, With Unique User Identification For System Access And Tracking Documentation 2. Protect Sensitive Data With Whitelisting And Hd Encryption Terms And Conditions A. Requirement/s If Declared As Lowest/single Bid: 1. Presentation Of Prototype Equipment Within Seven (7) Calendar Days After Receipt Of Notice Of Lowest/single Bid. B. Requirement/s If Awarded The Contract: 1. Delivery Period: Within Sixty (60) Calendar Days From Receipt Of Notice To Proceed (ntp). 2. Delivery Place And Site Delivery Inspection: Property Section Of The Property And Supply Division / Division Of Ultrasound, Department Of Obstetrics And Gynecology, Philippine General Hospital, Taft Avenue, Manila 3. Warranty Period/coverage Of Warranty: I. At Least 2 Years’ Warranty For Parts And Services On Machine; One (1) Year Warranty On Parts And Services, Probes And Third Party Ii. Notarized Certification From The Manufacturer That It Will Honor Any Warranty Obligation Regardless Of The Change In Distributor Iii. Quarterly Preventive Maintenance By The Supplier's Service Engineers (free Of Charge) Within The Warranty Period. 4. Training: Undertaking To Provide The Following: I. Product Orientation And Training For One (1) Week Of The Project Consultants Of The Division Of Ultrasound. Ii. Troubleshooting Training For At Least Two (2) Biomedical Personnel Of The Philippine General Hospital - Office Of Engineering And Technical Services (oets) For At Least One (1) Day. 5. Quotation Of The Annual Preventive Maintenance Cost After The Warranty Period Expires. C. Requirements Required Of The Bidder To Submit During Post Qualification: 1. Brochures And Technical Data Sheet With Tabs. 2. Securities And Exchange Commission (sec) Registration To Prove That The Supplier Is In The Business Of Importing And Supplying Medical Equipment. 3. Certified True Copy Of The Certificate Of Distributorship Of The Offered Ultrasound Machine For The Last Five (5) Years. The Principal And The Local Distributor Must Have Been In Business Partnership For At Least Five (5) Years. 4. The Model That Is Offered Must Belong To The Ob/gyn Series. 5. The Brand Must Have Been In The Local Market For The Past Five (5) Years. Proof Required: Invoices Or Purchase Orders 6. Certification From At Least Five (5) Government And/or Private Hospital Within Metro Manila Or Philippines That They Have Supplied The Same Brand Being Offered 7. Certification That At Least One (1) Service Engineer Or Technician Is Available Locally To Provide On-site Support. The Supplier Must Submit A List Of Factory Trained Local Engineers With Certificate Of Training From The Manufacturer. 8. The Machine Offered Must Have Been Demonstrated And Tried By The End User (division Of Ultrasound, Department Of Obstetrics And Gynecology). Certification By End User Must Be Presented. 9. List Of Service Center/s 10. Certificate Of Performance Evaluation 11. License To Operate (lto) From The Philippine Fda. D. Documents Required Of The Principal To Be Submitted During Post-qualification 1. Certification That The Manufacturer Has Been In The Business Of Manufacturing Medical Equipment And/or Instruments For At Least Ten (10) Years. 2. Certification That The Manufacturer Has Been In The Business Of Manufacturing Medical Equipment And/or Instruments For At Least Ten (10) Years. 3. Certification By The Principal That The Service Engineers Are Factory Trained On Service And Repair. 4. Iso/iec Compliance Document Of The Manufacturer. 5. Proof That The Manufacturer Has Presence In Any Country In Western Europe, Us/canada And Japan
Closing Date11 Nov 2024
Tender AmountPHP 6.5 Million (USD 113.2 K)

DEPT OF THE NAVY USA Tender

Others
United States
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo) Type||cognizant Dfas|n00383|cognizant Dcma|cognizant Dcma|see Schedule|source||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days Upon Notice Of Defect||||| safeguarding Sensitive Conventional Arms, Ammunition, And Explosives (nov 2023)|9|||||||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (jan 2023)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| limitations On Pass-through Charges (jun 2020)|1|| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|334511|1350||||||||||| type Of Contract (apr 1984)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| this Requirement Is For The Repair Of The Items Herein This Solicitation. repair Turnaround Time (rtat) Definition: The Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition asset At The Contractor?s Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. the Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In The Subsequent Contract. required Rtat: ## ____ Days After Receipt Of Asset. throughput Constraint: Contractor Must Provide A Throughput Constraint For Each Nsn(s). Total Assets To Be Repaired Monthly After Initial Delivery Commences X/month (contractor Fill In #). A Throughput Of ##____ Per Month Reflects No Throughput Constraint. induction Expiration Date: 365 Days After Contract Award Date. Any Asset Received After This Date In Days Is Not Authorized For Repair Without Bi-lateral Agreement Between The Contractor And Navsup Wss Contracting Officer. \ 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document. 1.3 Unless Expressly Provided For Elsewhere In This Clause, Equipment Suchas Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Orany Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.4 The Use Of Mil-w-81381 Wire In Any Item To Be Delivered Under This Procurement Is Prohibited. The Foregoing Prohibition Applies Notwithstanding Any Reference To Mil-w-81381 Wire That May Be Made In Any Of The Drawings Or Specifications For This procurement. Sae-as22759 Series Wire Shall Be Used In Lieu Of Mil-w-81381 Wire, In Any Place Where Mil-w-81381 Wire Is Cited In This Procurement. Any Questions Concerning This Requirement Should Be Directed To The Procuring Contracting Officer. 1.5 If Mil-std-454 Is Referenced In The Drawings Or In The Specification,the Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c Personnel Performing Tasks In Accordance With Ipc/eiaj-std-001c Shall Be Trained And Certified As Requried By ipc/eiaj-std-001c Paragraph 5.1.4. 2. Applicable Documents - Not Applicable 3. Requirements 3.1 1.0 General 3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable condition. 3.2 2.0 Definitions. 3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order. 3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled). 3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired). 3.3 3.0 Scope 3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property, including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items. 3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition: recorder,flight Dat ;180383-012; P/n, ;7rh 6610 016880852 V2; Nsn, ;repair In Accordance With Technical Darwing And Specifications To Meet Industry Standards; Tech Publications 3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow. repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s). 3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change. 3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility. 3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be read As The "government Designated Agency" 3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test. 3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements. 3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather, repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract. 3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra). 3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either: 3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work. 3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section 6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed. 3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior to Undertaking Repair Of The Item. after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations and Dcma Disposal Procedures And Requirements. 3.5 4.0 Parts And Materials 3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein. authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And requires Specific Approval By The Pco. 3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility. 3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The requirements Of This Contract. 3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With appropriate Pass/fail Criteria Such As Certifications and Actual Dimensonal Readings. 3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde. 3.5.6 3.6 Source And Location Of Repair Source: 3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed. recorder,flight Dat ;ge Aviation Systems Llc; Company Name , ;3290 Patterson Ave Southeast, Grand Rapids, Mi. 49512-1991; Address , ;35351; Cage Code inspection Will Be Accomplished On The Contractor's Equipment 3.7 5.0 Contractor Quality Requirements: 3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality. 3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government. 3.8 6.0 Configuration Management (cm): 3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract). 3.9 7.0 Markings. 3.9.1 Marking Shall Be As Indicated In The Contract When Applicable. 3.10 8.0 Storage; 3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored. the Contractor Shall Maintain A Quality Control System Which Meets The Requirements Of Mil-i-45208a, Mil-q 9858,iso-9000 / 9001 / 9002 Or Equivalent. responsibility For Inspection: Unless Otherwise Specified, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified herein. Except As Otherwise Specified, The Contractor May Use His Own Or Any Other Facility Suitable For The Performance Of The Inspection Requirements Specified Herein. procedures:the Contractor Shall Prepare And Maintain Quality Control documentation, Test And Repair Procedures, And Inspection Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential Diagrams Of The Test, Repair, And Inspection Process, As Well As The performance Spcifications To Perform The Procedures. quality Assurance Program Plan: The Contractor Shall Develop, Implement And Maintain A Repair Quality Plan In Compliance With The Requirements Of Mil-i-45208a, Mil-q-9858, Iso,9000 / 9001 / 9002, Or Equvalent.the Plan Shall Define The Specific Methods By Which compliance With Contractual Requirements will Be Assured. All Quality Assurance Data Shall Be Provided To The Government For Review And Approval Upon Request. purchased Material Control: The Contractor Shall Establish And Maintain A System Of Control Over Purchased Material Which Shall Assure That The Necessary Requirements Of This Contract Are Included. In All Sub contract Agreements. A Parts Control System Shall Establish A Record Of Performance For Each Purchased And Internally Manufactured Part And Shall Be Used To Evaluate Continued Use Of The Source. The Contractors Control System Shall Be In Compliance Wil either Mil-i 45208a/mil-q-9858 Or Equivalent Quality Quality Assurance Standared.(iso/as:9000, 9001, 9002). receiving Inspection Of Purchased Material: Purchased Items Shall Be Inspected Upon Receipt At The Contractors Facility To Assure Conformance With All Requirements Of The Technical Data Package (tdp). Evidence Of Such Inspections Shall Be Maintained For government Review At Least Twelve (12) Months Following Acceptance Of The End Item. Inspection Reports Shall Be Maintained By The Contractor. The Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, finish, And Process With Appropriate Pass/fail Criteria, Such Ascertifications, And Actual Dimensional Readings. failure Analysis And Corrective Action:all Failure Analysis And Corrective Action Reports/plans Shall Be Submitted To The Government. nonconforming Material:the Contractor Shall Establish An Effective System For Controlling Nonconforming Material Including Procedures For Identification, Segregation, And Disposition. contractor Internal Review Board (irb):irb Authority Is Delegated To The Contractor For This Contract Only. The Irb May Be Used Only For Disposition Of Materials Exhibiting Minor Non-conformances, Scrap Or Rework To Return A Part To Conformance With Drawings Or specifications As Authorized By The Approved Repair Procedures.irb Shall Not Use "as-is" Disposition. A Complete File Of Irb Actions Shall Be Maintained For Review By The Government For Concurrance Of Classification. material Review Board (mrb):formal Mrb Authority For Disposition Of "as-is"and For Minor Non-conformances Is Retained By The Government. The Contractor Shall Submit The Appropriate Request For Variance Via The Dcmc To The Navsup Contracting Officer. responsibility For Compliance: All Items Must Meet All Requirements Of This Statement Of Work. The Inspection Requirements Set Forth In This Sow Shall Become Part Of The Contractors Overall Inspection System Or Quality Program. The Absence Of Any Inspection requirements In The Sow Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Government Equipment Submitted For Acceptance Comply With All Requirements. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective items, Either Indicated Or Actual, Nor Does It Commit The Procuring Activity To Acceptance Of Any Defective Items. repair Assessment Testing: The Government May Select Samples Of The Contract Line Items (clins) Which Have Completed Repair And Have Been Accepted By The Government Representative For The Purpose Of Conducting Performance Testing, Environmental Testing, And quality Conformance Examination In A Repair Assessment Test Program. A Quantity Of Clin's May Be Randomly Selected From Each Quaterly Repair Production Completion For Shipment To The Cfa Or Other Government Designated Location To Conduct This Testing. records Of Data Collection: The Contractor Shall Maintain A Historical Record File To Contain Copies Of Applicable Data And Documents For Individual Clin's and Assemblies By Clin Serial Number. The Historical Record File Shall Include,but Not Be Limited To The Following Types Of Historical Records: receipt Inspection Documentation. repair Shop Travelers Or Repair Cards. parts Replacement Records. parts Inspection Data Before And After Repair As Applicable. acceptance Test Data. qa Personnel Shall Maintain A Complete Receipt Inspection,test, Repair re-test, History Card For Each Item Processed. This Information Shall Be Made Available To The Government Upon Request. 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Date28 Oct 2024
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n761.37|wra|215-697-2983|ethan.stein@navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| inspection And Acceptance Of Supplies|26|x|||||||||||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo Type|source/source|tbd|n00383|tbd|tbd|see Schedule|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Dscovery Of Defect||||| equal Opportuity 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|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|334514|850||||||||||| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2|x|| this Solicitation Is For The Repair Of The Following: nsn: 7rh 4820 000031821 Vf nomen: Valve,regulating,fl qty: 4ea pn: 131100 repair Turnaround Time (rtat) Definition: The Contractual Delivery Requirementis Measured From Asset Return To The Date Of Asset Acceptance Under The Termsof The Contract. For Purposes Of This Section, Return Is Defined As Physicalreceipt Of The F-condition Asset at The Contractors Facility As Reflected Inwith The Repair Turnaround Time (rtat) Definition: The Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition Asset At The Contractor?s Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is required To Accurately Report All Transactions By The End Of The Fifth Regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. the Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In The Subsequent Contract.required Rtat: 32 Days After Receipt Of Asset. throughput Constraint: Contractor Must Provide A Throughput Constraint For Each Nsn(s). Total Assets To Be Repaired Monthly After Initial Delivery Commences X/month (contractor Fill In #). A Throughput Of ##____ Per Month Reflects No Throughput Constraint. induction Expiration Date: 365 Days After Contract Award Date. Any Asset Received After This Date In Days Is Not Authorized For Repair Without Bi-lateral Agreement Between The Contractor And Navsup Wss Contracting Officer. reconciliation:a Reconciliation Modification Will Be Issued After Final Inspection And Acceptance Of All Assets Inducted Under The Subsequent Contract. The Parties Have Agreed To A Price (shown On The Schedule Page) For Each Unit At The Negotiated Rtat. Such prices Are Based On The Contractor Meeting The Rtat Requirements Described Within The Schedule Page. If The Contractor Does Not Meet The Applicable Rtat Requirement, Consideration Will Be Assessed And Subject To Negotiation. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Ordersdelivery 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. Thegovernment's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As detailed Herein. early And Incremental Deliveries Accepted And Preferred poc: Ethan.stein@navy.mil 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document. 1.3 Unless Expressly Provided For Elsewhere In This Clause, Equipment Suchas Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Orany Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.4 The Use Of Mil-w-81381 Wire In Any Item To Be Delivered Under This Procurement Is Prohibited. The Foregoing Prohibition Applies Notwithstanding Any Reference To Mil-w-81381 Wire That May Be Made In Any Of The Drawings Or Specifications For This procurement. Sae-as22759 Series Wire Shall Be Used In Lieu Of Mil-w-81381 Wire, In Any Place Where Mil-w-81381 Wire Is Cited In This Procurement. Any Questions Concerning This Requirement Should Be Directed To The Procuring Contracting Officer. 1.5 If Mil-std-454 Is Referenced In The Drawings Or In The Specification,the Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c Personnel Performing Tasks In Accordance With Ipc/eiaj-std-001c Shall Be Trained And Certified As Requried By ipc/eiaj-std-001c Paragraph 5.1.4. 2. Applicable Documents - Not Applicable 3. Requirements the Contractor Shall Maintain A Quality Control System Which Meets The Requirements Of Mil-i-45208a, Mil-q 9858,iso-9000 / 9001 / 9002 Or Equivalent. responsibility For Inspection: Unless Otherwise Specified, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified herein. Except As Otherwise Specified, The Contractor May Use His Own Or Any Other Facility Suitable For The Performance Of The Inspection Requirements Specified Herein. procedures:the Contractor Shall Prepare And Maintain Quality Control documentation, Test And Repair Procedures, And Inspection Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential Diagrams Of The Test, Repair, And Inspection Process, As Well As The performance Spcifications To Perform The Procedures. quality Assurance Program Plan: The Contractor Shall Develop, Implement And Maintain A Repair Quality Plan In Compliance With The Requirements Of Mil-i-45208a, Mil-q-9858, Iso,9000 / 9001 / 9002, Or Equvalent.the Plan Shall Define The Specific Methods By Which compliance With Contractual Requirements will Be Assured. All Quality Assurance Data Shall Be Provided To The Government For Review And Approval Upon Request. purchased Material Control: The Contractor Shall Establish And Maintain A System Of Control Over Purchased Material Which Shall Assure That The Necessary Requirements Of This Contract Are Included. In All Sub contract Agreements. A Parts Control System Shall Establish A Record Of Performance For Each Purchased And Internally Manufactured Part And Shall Be Used To Evaluate Continued Use Of The Source. The Contractors Control System Shall Be In Compliance Wil either Mil-i 45208a/mil-q-9858 Or Equivalent Quality Quality Assurance Standared.(iso/as:9000, 9001, 9002). receiving Inspection Of Purchased Material: Purchased Items Shall Be Inspected Upon Receipt At The Contractors Facility To Assure Conformance With All Requirements Of The Technical Data Package (tdp). Evidence Of Such Inspections Shall Be Maintained For government Review At Least Twelve (12) Months Following Acceptance Of The End Item. Inspection Reports Shall Be Maintained By The Contractor. The Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, finish, And Process With Appropriate Pass/fail Criteria, Such Ascertifications, And Actual Dimensional Readings. failure Analysis And Corrective Action:all Failure Analysis And Corrective Action Reports/plans Shall Be Submitted To The Government. nonconforming Material:the Contractor Shall Establish An Effective System For Controlling Nonconforming Material Including Procedures For Identification, Segregation, And Disposition. contractor Internal Review Board (irb):irb Authority Is Delegated To The Contractor For This Contract Only. The Irb May Be Used Only For Disposition Of Materials Exhibiting Minor Non-conformances, Scrap Or Rework To Return A Part To Conformance With Drawings Or specifications As Authorized By The Approved Repair Procedures.irb Shall Not Use "as-is" Disposition. A Complete File Of Irb Actions Shall Be Maintained For Review By The Government For Concurrance Of Classification. material Review Board (mrb):formal Mrb Authority For Disposition Of "as-is"and For Minor Non-conformances Is Retained By The Government. The Contractor Shall Submit The Appropriate Request For Variance Via The Dcmc To The Navsup Contracting Officer. responsibility For Compliance: All Items Must Meet All Requirements Of This Statement Of Work. The Inspection Requirements Set Forth In This Sow Shall Become Part Of The Contractors Overall Inspection System Or Quality Program. The Absence Of Any Inspection requirements In The Sow Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Government Equipment Submitted For Acceptance Comply With All Requirements. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective items, Either Indicated Or Actual, Nor Does It Commit The Procuring Activity To Acceptance Of Any Defective Items. repair Assessment Testing: The Government May Select Samples Of The Contract Line Items (clins) Which Have Completed Repair And Have Been Accepted By The Government Representative For The Purpose Of Conducting Performance Testing, Environmental Testing, And quality Conformance Examination In A Repair Assessment Test Program. A Quantity Of Clin's May Be Randomly Selected From Each Quaterly Repair Production Completion For Shipment To The Cfa Or Other Government Designated Location To Conduct This Testing. records Of Data Collection: The Contractor Shall Maintain A Historical Record File To Contain Copies Of Applicable Data And Documents For Individual Clin's and Assemblies By Clin Serial Number. The Historical Record File Shall Include,but Not Be Limited To The Following Types Of Historical Records: receipt Inspection Documentation. repair Shop Travelers Or Repair Cards. parts Replacement Records. parts Inspection Data Before And After Repair As Applicable. acceptance Test Data. qa Personnel Shall Maintain A Complete Receipt Inspection,test, Repair re-test, History Card For Each Item Processed. This Information Shall Be Made Available To The Government Upon Request. 3.1 1.0 General 3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable condition. 3.2 2.0 Definitions. 3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order. 3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled). 3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired). 3.3 3.0 Scope 3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property, including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items. 3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition: valve,regulating,fl ;131100; P/n, ;000031821; Nsn, ;n/a; Tech Publications 3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow. repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s). 3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change. 3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility. 3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be read As The "government Designated Agency" 3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test. 3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements. 3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather, repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract. 3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra). 3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either: 3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work. 3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section 6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed. 3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior to Undertaking Repair Of The Item. after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations and Dcma Disposal Procedures And Requirements. 3.5 4.0 Parts And Materials 3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein. authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And requires Specific Approval By The Pco. 3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility. 3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The requirements Of This Contract. 3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With appropriate Pass/fail Criteria Such As Certifications and Actual Dimensonal Readings. 3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde. 3.5.6 3.6 Source And Location Of Repair Source: 3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed. valve,regulating,fl ;rocker Solenoid Company; Company Name , ;5492 Bolsa Ave, Huntington Beach, Ca 92649; Address , ;07797; Cage Code inspection Will Be Accomplished On The Contractor's Equipment 3.7 5.0 Contractor Quality Requirements: 3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality. 3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government. 3.8 6.0 Configuration Management (cm): 3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract). 3.9 7.0 Markings. 3.9.1 Marking Shall Be As Indicated In The Contract When Applicable. 3.10 8.0 Storage; 3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored. 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Date12 Nov 2024
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n763.11|wra|215-697-4363|sarah.l.mariano2.civ@us.navy.mil | item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo Type |source/source|tbd|n00383|tbd|tbd|see Schedule|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect||||| equal Opportuity 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|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|336413|1,250||||||||||| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition Asset At The Contractor's Facility As Reflected In The Action Date entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of Thefifth Regular Business Day After Receipt And The Action date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. the Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In The Subsequent Contract. required Rtat: 118 Days After Receipt Of Asset throughput Constraint: Contractor Must Provide A Throughput Constraint For Each Nsn(s). Total Assets To Be Repaired Monthly After Initial Delivery Commences X Month (contractor Fill In #). A Throughput Of 000 Per Month Reflects No Throughput Constraint. Induction expiration Date: 365 Days After Contract Award Date. Any Asset Received After This Date In Days Is Not Authorized For Repair Without Bi-lateral Agreement Between The Contractor And Navsup Wss Contracting Officer. reconciliation: A Reconciliation Modification Will Be Issued After Final Inspection And Acceptance Of All Assets Inducted Under The Subsequent Contractthe Parties Have Agreed To A Price (shown On The Schedule Page) Foreach Unit At The Negotiated Rtat. Such prices Are Based On The Contractor Meeting The Rtat Requirements. 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 Inthe 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 . Markings Shall Be In Accordance With Mil-std-130. 1.2 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document. 1.3 Unless Expressly Provided For Elsewhere In This Clause, Equipment Suchas Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Orany Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.4 The Use Of Mil-w-81381 Wire In Any Item To Be Delivered Under This Procurement Is Prohibited. The Foregoing Prohibition Applies Notwithstanding Any Reference To Mil-w-81381 Wire That May Be Made In Any Of The Drawings Or Specifications For This procurement. Sae-as22759 Series Wire Shall Be Used In Lieu Of Mil-w-81381 Wire, In Any Place Where Mil-w-81381 Wire Is Cited In This Procurement. Any Questions Concerning This Requirement Should Be Directed To The Procuring Contracting Officer. 1.5 If Mil-std-454 Is Referenced In The Drawings Or In The Specification,the Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c Personnel Performing Tasks In Accordance With Ipc/eiaj-std-001c Shall Be Trained And Certified As Requried By ipc/eiaj-std-001c Paragraph 5.1.4. 2. Applicable Documents - Not Applicable 3. Requirements the Contractor Shall Maintain A Quality Control System Which Meets The Requirements Of Mil-i-45208a, Mil-q 9858,iso-9000 / 9001 / 9002 Or Equivalent. responsibility For Inspection: Unless Otherwise Specified, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified herein. Except As Otherwise Specified, The Contractor May Use His Own Or Any Other Facility Suitable For The Performance Of The Inspection Requirements Specified Herein. procedures:the Contractor Shall Prepare And Maintain Quality Control documentation, Test And Repair Procedures, And Inspection Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential Diagrams Of The Test, Repair, And Inspection Process, As Well As The performance Spcifications To Perform The Procedures. quality Assurance Program Plan: The Contractor Shall Develop, Implement And Maintain A Repair Quality Plan In Compliance With The Requirements Of Mil-i-45208a, Mil-q-9858, Iso,9000 / 9001 / 9002, Or Equvalent.the Plan Shall Define The Specific Methods By Which compliance With Contractual Requirements will Be Assured. All Quality Assurance Data Shall Be Provided To The Government For Review And Approval Upon Request. purchased Material Control: The Contractor Shall Establish And Maintain A System Of Control Over Purchased Material Which Shall Assure That The Necessary Requirements Of This Contract Are Included. In All Sub contract Agreements. A Parts Control System Shall Establish A Record Of Performance For Each Purchased And Internally Manufactured Part And Shall Be Used To Evaluate Continued Use Of The Source. The Contractors Control System Shall Be In Compliance Wil either Mil-i 45208a/mil-q-9858 Or Equivalent Quality Quality Assurance Standared.(iso/as:9000, 9001, 9002). receiving Inspection Of Purchased Material: Purchased Items Shall Be Inspected Upon Receipt At The Contractors Facility To Assure Conformance With All Requirements Of The Technical Data Package (tdp). Evidence Of Such Inspections Shall Be Maintained For government Review At Least Twelve (12) Months Following Acceptance Of The End Item. Inspection Reports Shall Be Maintained By The Contractor. The Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, finish, And Process With Appropriate Pass/fail Criteria, Such Ascertifications, And Actual Dimensional Readings. failure Analysis And Corrective Action:all Failure Analysis And Corrective Action Reports/plans Shall Be Submitted To The Government. nonconforming Material:the Contractor Shall Establish An Effective System For Controlling Nonconforming Material Including Procedures For Identification, Segregation, And Disposition. contractor Internal Review Board (irb):irb Authority Is Delegated To The Contractor For This Contract Only. The Irb May Be Used Only For Disposition Of Materials Exhibiting Minor Non-conformances, Scrap Or Rework To Return A Part To Conformance With Drawings Or specifications As Authorized By The Approved Repair Procedures.irb Shall Not Use "as-is" Disposition. A Complete File Of Irb Actions Shall Be Maintained For Review By The Government For Concurrance Of Classification. material Review Board (mrb):formal Mrb Authority For Disposition Of "as-is"and For Minor Non-conformances Is Retained By The Government. The Contractor Shall Submit The Appropriate Request For Variance Via The Dcmc To The Navsup Contracting Officer. responsibility For Compliance: All Items Must Meet All Requirements Of This Statement Of Work. The Inspection Requirements Set Forth In This Sow Shall Become Part Of The Contractors Overall Inspection System Or Quality Program. The Absence Of Any Inspection requirements In The Sow Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Government Equipment Submitted For Acceptance Comply With All Requirements. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective items, Either Indicated Or Actual, Nor Does It Commit The Procuring Activity To Acceptance Of Any Defective Items. repair Assessment Testing: The Government May Select Samples Of The Contract Line Items (clins) Which Have Completed Repair And Have Been Accepted By The Government Representative For The Purpose Of Conducting Performance Testing, Environmental Testing, And quality Conformance Examination In A Repair Assessment Test Program. A Quantity Of Clin's May Be Randomly Selected From Each Quaterly Repair Production Completion For Shipment To The Cfa Or Other Government Designated Location To Conduct This Testing. records Of Data Collection: The Contractor Shall Maintain A Historical Record File To Contain Copies Of Applicable Data And Documents For Individual Clin's and Assemblies By Clin Serial Number. The Historical Record File Shall Include,but Not Be Limited To The Following Types Of Historical Records: receipt Inspection Documentation. repair Shop Travelers Or Repair Cards. parts Replacement Records. parts Inspection Data Before And After Repair As Applicable. acceptance Test Data. qa Personnel Shall Maintain A Complete Receipt Inspection,test, Repair re-test, History Card For Each Item Processed. This Information Shall Be Made Available To The Government Upon Request. 3.1 1.0 General 3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable condition. 3.2 2.0 Definitions. 3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order. 3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled). 3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired). 3.3 3.0 Scope 3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property, including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items. 3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition: actuator-variable S ;1211313-010; P/n, ;7rh 1680 015855338 F7; Nsn, ;repair In Accordance With Current Commercial Maintenance Manuals And Service Bulletins.; Tech Publications 3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow. repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s). 3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change. 3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility. 3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be read As The "government Designated Agency" 3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test. 3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements. 3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather, repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract. 3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra). 3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either: 3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work. 3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section 6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed. 3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior to Undertaking Repair Of The Item. after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations and Dcma Disposal Procedures And Requirements. 3.5 4.0 Parts And Materials 3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein. authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And requires Specific Approval By The Pco. 3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility. 3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The requirements Of This Contract. 3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With appropriate Pass/fail Criteria Such As Certifications and Actual Dimensonal Readings. 3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde. 3.5.6 3.6 Source And Location Of Repair Source: 3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed. actuator-variable S ;arkwin Industries, Inc.; Company Name , ;686 Main St, Westbury, Ny 11590 5037; Address , ;98391; Cage Code inspection Will Be Accomplished On The Contractor's Equipment 3.7 5.0 Contractor Quality Requirements: 3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality. 3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government. 3.8 6.0 Configuration Management (cm): 3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract). 3.9 7.0 Markings. 3.9.1 Marking Shall Be As Indicated In The Contract When Applicable. 3.10 8.0 Storage; 3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored. 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Date15 Nov 2024
Tender AmountRefer Documents 
8781-8790 of 8865 active Tenders