Cleaning Tenders

Cleaning Tenders

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Contact Information|4|n723.01|ja5|on Telework|carol.a.burke7.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| higher-level Contract Quality Requirement|8||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|n/a||n/a|n/a|n/a|n/a|n/a|n/a||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss Philadelphia| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Veterans (jun 2020)|4||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|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|334511|1250||||||||||| instructions To Offerors--competitive Acquisition (nov 2021)|2||| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||a1a| rtat,throughput Constraint And Induction Expiration Date Included In Subclin Remarks Above As Follows: rtat Repair Turn-around Time Defined As Induction Start Date To End (365 Days). throughput Constraint: Total Assets To Be Repaired Monthly After Initial Delivery Commences. A Throughput Of 000/month Reflects No Throughput Constraint. 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: data Acquisition Un ;697968-1; P/n, ;014488497; Nsn, ;iaw Applicable Manuals; 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. data Acquisition Un ;goodrich Corp; Company Name , ;6600 Goulton Ct, Ne Albuquerquenm 87109; Address , ;8y438; 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 rtat 120 Days throughput Constraint 000 Per Month induction Expiration Date: 365 Days After Contract Award.
Closing Date12 Nov 2024
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Contact Information|4|n731.45|n00383|215-697-0169|alyssa.t.thieu.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports Combo|inspection Site Source Final Acceptance Site Source|tbd|n00383|tbd|tbd|see Schedule|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|365 Days|45 Days Of The Last Delivery Under This Contract||||| equal Opportuity For Workers With Disabilities (jun 2020)|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 (feb 2024)|13|334220|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||a1a| the Purpose Of This Amendment Is To Incorporate The Following Changes: 1. The Response Date For Solicitation N00383-24-q-n230 Is Hereby Extended To 25 Oct 2024. all Other Terms And Conditions Remain The Same. this Amendment Is Issued By The Government When Deposited In The Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To Issue This amendment. this Rfq Is For Repair. Navsup Wss Requests That Contractors Submit A Quote That Includes Either A Firm-fixed Price Or Nte Pricing As Well As Estimate Costs To Repair This Item. the Small Business Administration Representative At Navsup Wss Has Reviewed This Requirement And Determined That A Set-aside Recommendation Was Not Applicable For This Procurement. this Contract/delivery Order/purchase Order/modification Is Issued By The Government When Deposited In The Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal constitutes Bilateral Agreement To Issue This Contract/delivery Order/purchase Order/modification. \ 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: control,radio Set ;622-5147-002; P/n, ;014392708; Nsn, ;iaw Applicable Manuals; 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. control,radio Set ;davenport Aviation, Inc.; Company Name , ; 757 Adena Dr, Columbus, Oh 43215; Address , ;5zyy2; 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 Soon25 Oct 2024
Tender AmountRefer Documents 

City Of Bayawan Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Invitation To Bid The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers / Manufacturers / Distributors / Contractors To Bid For The Hereunder Projects: Lot No. I Cement And Additives 1 1075 Bag Cement, Portland (40kgs/bag), Type 1 Lot No. Ii Aggregates 2 114 Cu.m. Sand, Washed Mixing/screened 3 83 Cu.m. Round Gravel, (screened & Washed), Max. Size 20mm Dia 4 15 Cu.m. Round Gravel, (screened & Washed), Max. Size 38mm Dia Lot No. Iii Bar And Rebar 5 1228 Length Deformed Steel Bar, 10mm Ø X 6m, Grade 33 6 59 Length Deformed Steel Bar, 12mm Ø X 6m, Grade 33 7 526 Length Deformed Steel Bar, 16mm Ø X 6m, Grade 40 8 130 Length Deformed Steel Bar, 20mm Dia X 6m Grade 40 9 4 Length Angle Bar, 6mm X 38mm X 38mm X 6m 10 26 Length Angle Bar, 6mm X 50mm X 50mm X 6m) Lot No. Iv Commercial Lumber 11 15 Piece Lumber, G-melina Mahogany And Equivalent 50mm X 50mm X 2.4m 12 15 Piece Lumber, G-melina Mahogany And Equivalent 50mm X 75mm X 2.4m 13 8 Piece Commercial Lumber, G-melina, Mahogany And Equivalent, 50mm X 75mm X 3.0m Lot No. V Construction Tools And Devices 14 35 Piece Shoring Jack, G.i. S40 Inner Pipe: 40mm X Outer Pipe: 50mm Up To 3.4m Full Extension 2.2 Tons Load Cap. Heavy Duty Lot No. Vi Cutting Tools And Supplies 15 2 Tank Acetylene Gas , Refill 16 1 Tank Oxygen Gas , Refill 17 3 Piece Drill Bit, Masonry 3/16" Dia 18 3 Piece Drill Bit, 3/16" Dia. For Steel 19 3 Piece Drill Bit, Masonry, 1/4" Dia 20 3 Piece Drill Bit, 1/4" Dia. For Steel Lot No. Vii Steel Sheets And Mesh 21 14 Sheet Steel Deck, Effective Width=0.995m, Ga. Thickness=0.80mm, Length=1.85m 22 21 Sheet Steel Deck, Effective Width=0.995, Ga. Thickness=0.80mm, Length=3.5m 23 3 Sheet Steel Plate, G.i., Gauge # 18 X 1.20m X 2.40m 24 1 Sheet Steel Plate, 10mm X 1.2m X 2.4m 25 3 Liner Meter Screen/mesh Wire, 3mm Eyehole X 0.90m Width (m) Lot No. Viii Electrical Supplies And Materials 26 1 Pack Cable Tie, 250mm (100pcs/pack) Long 27 1 Piece Pvc Tee, 57.15mm Dia Orange Inside Dia., Sanitary, S-1000 28 2 Pack C-clamp/clip, Pvc, 20mm Diameter, With Concrete Nails (100s/pack) 29 1 Pack C-clamp/clip, Pvc, 25mm Diameter, With Concrete Nails (100s/pack) 30 45 Piece Junction Box, 100mm X 100mm, W/ Cover & Screw, Octagonal 31 5 Set Square Box, Pvc, 150mm X 150mm X 100mm With Cover & Screw 32 40 Piece Utility Box, Pvc, 50mm X 100mm, Flush Type 33 60 Length "electrical Pvc Pipe, 20mm Dia X 3m Thickwall Orange " 34 40 Length Electrical Pvc Pipe, 25mm Dia X 3m Orange Thickwall 35 2 Length "electrical Pvc Pipe, 32mm Dia X 3m Thickwall Orange " 36 1 Pack "pipe Connector, Pvc, Electrical, 20mm Dia (100s/pack) " 37 1 Pack "pipe Connector, Pvc, Electrical, 25mm Dia (100s/paclk) " 38 2 Piece Service Entrance Cap, Size 32mm Dia, Clip Type 39 1 Piece Ground Rod, Steel Galv. 16mm Dia X 3m W/ Ground Clamp 40 3 Set Secondary Rack, W/ Single Spool Insulator Medium 41 7 Roll Electrical Tape, Vinyl, 177mm X 3/4inch / 19mm X 16m, Flame Retardant, 600v 42 150 Meter Service Drop Wire, # 4 Awg (m) 43 6 Piece Service Grip Wire, # 4 44 25 Meter "thw Wire, # 6 (14mm2) Stranded(m) Black " 45 25 Meter Thw Wire, # 6 (14mm2) Stranded(m) White 46 30 Meter Thw Wire, # 8 (8mm2) Stranded (m) Green 47 1 Roll Thw Wire, # 8 (8mm2), Stranded (150m/roll), Black 48 4 Roll Thw Wire,, #12 (3.5mm2), Stranded (150m/roll), Black 49 4 Roll Thw Wire, #12 (3.5mm2), Stranded (150m/roll), White 50 1 Roll Thw Wire, #12 (3.5mm²), Stranded (150m/box), Green 51 8 Piece Downlight, Lighting Fixture, Led, Round , 15w, Surface Slim Type, 220v, Day Light 52 13 Piece Downlight, Lighting Fixture, Led, Round, 24w, Surface Slim Type, 220v, Day Light 53 1 Set Kw-hr Meter, Digital, Class 200, 240v, Single Phase, 4 Jaws, 2-wire With Socket, Edmi Type 54 1 Set Distribution Panel Board, Cen. Main, 100a, Bolt-on Type, 2 Pole, Branches 10 Units, Single Phase, Flush Type 55 22 Set Convenience Outlet, Flush Type 2 Gang 3 Prong Grounding W/ Plates Bracket Cover & Screw Universal Type H. Duty 56 5 Set Switch, Light, Flush Type, Single Gang, W/ Plate, Bracket, Cover & Screw 57 5 Set Switch, Light, Flush Type, 2 Gang, With Plate, Bracket, Cover & Screw 58 2 Set Switch, Light, 3 Way, Flush Type, W/ Plate, Bracjket, Cover & Screw, Single Gang 59 4 Piece Circuit Breaker, 15a 2 Pole Bolt-on 60 4 Piece Circuit Breaker, 20a 2 Pole Bolt-on 61 1 Piece Circuit Breaker, 30a 2 Pole Bolt-on 62 1 Piece Circuit Breaker, 60a 2 Pole Bolt-on 63 1 Set Circuit Breaker, 100a, 2 Pole, W/ Nema 3r Metallic Enclosure Lot No. Ix Glass, Door And Window Supplies 64 2 Set Door Knob, Chrome Polished Adjustable Tubular Latch Type, Good Quality 65 3 Set Hinges, Steel 100mm X 100mm Loose Pin W/ Screws Excellent Quality 66 39 Lot "fixed Window Glass, Labor And Materials - , Height: 1.96m, Width: 0.97m, 1/4"" Tempered Glass Bronze, Aluminum Frame (analok), With Complete Accessories " 67 35 Lot Awning Type Window Glass, Labor And Materials - Width: 0.97m X Height: 0.42m, 1 Panel With U Bars Hinge, 1/4", Tempered Glass Bronze, Aluminum Frame (analok), With Complete Accessories 68 4 Lot Awning Type Window Glass, Labor And Materials - Width: 0.97m X Height: 0.37m, 1 Panel With U Bars Hinge, 1/4", Tempered Glass Bronze, Aluminum Frame (analok), With Complete Accessories 69 7 Lot "awning Type Window Glass, Labor And Materials - Width: 0.98m X Height: 0.66m, 1 Panel With U Bars Hinge, 1/4"", Tempered Glass Bronze, Aluminum Frame (analok), With Complete Accessories " 70 4 Lot Glass Door, Labor And Materials - Single Swing, H=2.10m X W=0.97m, Aluminum Frame, Analok, 6mm Thk. Tempered Glass Bronze W/ Complete Access. Lot No. X Paints, Tools And Supplies 71 1 Can Epoxy, (a And B), 1/4 Liter/can 72 2 Gallon Enamel Paint, Flatwall, White 73 6 Can Acrylic Spray Paint, Flat Black(400cc/can) 74 2 Can Acrylic Spray Paint, Maroon(400cc/can) 75 2 Can Acrylic Spray Paint, Yellow(400cc/can) 76 2 Can Acrylic Spray Paint, Blue(400cc/can) 77 2 Can Acrylic Spray Paint, Red(400cc/can) 78 2 Can Acrylic Spray Paint, Green(400cc/can) 79 2 Can Acrylic Spray Paint, Brown(400cc/can) 80 2 Can Latex Paint, Flat Yellow (l/can) 81 2 Can Latex Paint, Flat Red (l/can) 82 3 Piece Paint Brush, 50mm (2") Hair Type 83 3 Piece Paint Brush, 100mm (4") Hair Type 84 3 Piece Paint Roller, 175mm (7") W/ Handle) Lot No. Xi Personal Protective Equipment 85 4 Pair Rain Boots, Worker/construction Boots, Waterproof Pvc Non Slip, High Cut, Good Quality Size: 6 86 4 Pair Rain Boots, Worker/construction Boots, Waterproof Pvc Non Slip, High Cut, Good Quality Size: 7 87 4 Pair Rain Boots, Worker/construction Boots, Waterproof Pvc Non Slip, High Cut, Good Quality Size: 8 88 4 Pair Rain Boots, Worker/construction Boots, Waterproof Pvc Non Slip, High Cut, Good Quality Size: 9 Lot No. Xii Plumbing Supplies 89 24 Length Gi Pipe, 50mm Dia X 6m Sched 40 Wt=4.0mm Outside Dia= 60.30 5.553kg/m Heavy Gauge 90 30 Length Gi Pipe, 65mm Dia X 6m Sched 40 Wt=5.20mm Outside Dia= 73.00 8.694kg/m Heavy Gauge 91 2 Length Gi Pipe, 80mm Dia X 6m Sched 40 Wt=5.50mm Outside Dia= 88.90 11.312kg/m Heavy Gauge 92 2 Set Water Closet, W/ Fittings & Complete Access. Jumbo Size White 93 2 Set Lavatory, White, Wall Hung, With P-trap, Faucet, 1/2" X 1/2" Flexible Hose And Angle Valve And Expansion Bolts 94 2 Set Bidet Spray, Pvc W/ Complete Accessories 95 2 Set "urinal, Wall Hung W/ Fittings & Complete Accessories " 96 2 Piece Faucet, Stainless, 20mm Outside Dia, One Way Type (on/off), Good Quality 97 2 Piece Floor Drain, 100mm X 100mm Dia, Stainless 98 10 Length Pipe, Upvc, 20mm Outside Dia, Wt=1.8min, L=3.0m, Blue 99 18 Piece Upvc Elbow, 20mm Inside Dia X 90 Deg. Bend Plain Blue 100 4 Piece Upvc Elbow, 20mm Inside Dia X 90 Deg. Bend One End Threaded Blue 101 10 Piece Tee, Upvc, 20mm Inside Dia, Blue 102 9 Length Pipe, Pvc, 57.15mm Outside Dia X T=2.54mm X L=3.0m, S-1000, Orange 103 4 Piece Pvc Elbow, 57.15mm Dia X 45 Deg Bend Orange S-1000 104 6 Piece Pvc Elbow, 57.15mm Dia X 90 Deg. Bend Orange S-1000 105 4 Piece Pvc Wye, 57.15mm Dia Orange Inside Dia, S-1000 106 8 Length Pvc Pipe, 107.10mm Outside Dia X T=3.81mm X L=3.0m Orange S-1000 107 4 Piece Pvc Wye, 57.15mm Dia Orange Inside Dia., S-1000 108 3 Piece Pvc Elbow, 107.10mm Inside Dia X 90 Deg. Bend Orange S-1000 109 9 Piece Pvc Elbow, 107.10mm Inside Dia X 45 Deg. Bend Orange S-1000 110 5 Piece Pvc Tee, Sanitary 107.10mm Dia Orange Inside Dia., S-1000 111 8 Piece Pvc Clean-out, 107.10mm Dia W/ Cover Nominal Size, With O-ring, S-1000 112 1 Can Solvent Cement, Pvc (1lit/can) 113 1 Can Solvent Cement, Pvc (250cc/can 114 2 Can Solvent Cement, Pvc (500 Cc/can) Lot No. Xiii Roof, Wall And Ceiling Supplies 115 35 Length C-purlins, 1.2mm X 50mm X 75mm X 6.0m 116 30 Meter Sack Cloth, 3.0m Width (m) Blue 117 10 Sheet "roofing, Long Span, Curve Roof, Rib Type, Min. T=.40mm, Min. Eff. W=1.040m, Min Rib H=22mm, L=6.25m, Color: Terracotta Orange " 118 10 Sheet "roofing, Long Span, Curve Roof, Rib Type, Min. T=.40mm, Min. Eff. W=1.040m, Min Rib H=22mm, L=9.00m, Color: Terracotta Orange " 119 20 Sheet Corrugated Sheet, G.i. 0.27mm X 3.0m) Lot No. Xiv Steelwork Supplies And Devices 120 5 Box Rod/electrode, Welding, E6013, 1/8" (bx)) (matchless Quality, Iso 9001, 2000 Certified, 20 Kg/box) Lot No. Xv Carpentry Tools And Supplies 121 21 Sheet Phenolic Board, 12mm X 1.22m X 2.44m 122 16 Sheet Plywood, Marine, 4.5mm X 1.2m X 2.4m, Type I, Grade A/a 123 20 Piece Scaffolding Clamp, Swivel 50mm X 50mm 124 24 Piece Adjustable Base Jack, 32mm X 400mm 125 299 Kilo Tie Wire, # 16 126 492 Piece Blade, Hacksaw, 12mm X 300mm, 18tpi, (excellent Quality) 127 2 Kilo Nails, Common Wire, 38mm 128 6 Kilo Nails, Common Wire 62mm 129 10 Kilo Nails, Common Wire, 100mm (4") 130 5 Kilo Nails, Umbrella/roofing, 62mm 131 3 Pack "sealant, Elastomeric/roof (1/4kg/pk) " 132 2 Can Sealant, Elastomeric/roof (1 Liter/can) 133 1 Box Blind Rivets, 3mm Dia. X 9mm Long (1000 Pcs/box) 134 7 Kilo Welding Rod, E6013, 1/8"ø (kg) (matchless Quality, Iso 9001, 2000 Certified) Electrode 135 20 Pair Gloves, Working, Rubber & Cloth Combination, Good Quality 136 1 Piece Hard Hat, High Quality And Heavy Duty For Industrial/construction, Safety Helmet, Uv-resistant, Hdpe, Ce En397, W/ Chin Strap, White 137 6 Piece Hard Hat, High Quality And Heavy Duty For Industrial/construction, Safety Helmet, Uv-resistant, Hdpe, Ce En397, W/ Chin Strap, Blue 138 10 Piece Hard Hat, High Quality And Heavy Duty For Industrial/construction, Safety Helmet, Uv-resistant, Hdpe, Ce En397, W/ Chin Strap, Yellow 139 1 Piece Hard Hat, High Quality And Heavy Duty For Industrial/construction, Safety Helmet, Uv-resistant, Hdpe, Ce En397, W/ Chin Strap, Green 140 15 Piece Safety Glasses, Smoke, Polycarbonate Single Lens Glasses, Soft Flat Spatula Type Arms, Integrated Polycarbonate Nose Piece, Easy To Use With Safety Helmet And Ear Defenders, Side Protection, Uv 400, Anti-scratch, Ce, Ansi Z87.1, En166, En172 Lot No. Xvi Bolt And Screw 141 1150 Piece "tex Screw, 63mm For Steel " 142 8 Set Lag Screw, 3/16" Dia. X 1-1/2" With Expansion Shield 143 52 Piece Anchor Bolt, 12mm Dia X 37.5mm X 125mm, W/ Nut & Washer 144 100 Piece Gypsum Screw, 3.5mm Dia X 25mm (pc) Lot No. Xvii Other Supplies 145 1 Kilo Nylon, # 100 146 1 Set Toilet Bowl, Pail Type, Porcelain, W/o Cover 147 5 Roll Tape, Thread Seal, 20mm X 10m 148 10 Piece Vest, Reflectorized, Safety, Green 149 10 Piece Vest, Reflectorized, Safety, Orange 150 2 Roll Caution Tape, Yellow, 3 Inches X 1,000 Feet 151 2 Roll Danger Tape, Red, 3 Inches X 1,000 Feet 152 1 Roll "sticker, Reflectorized, 50mm Wide, 10m/roll, Red " 153 1 Roll Sticker, Reflectorized, 50mm Wide, 10m/roll, Yellow 154 1 Roll Sticker, Reflectorized, 50mm Wide, 10m/roll, White *** Nothing Follows *** Bid Documents Shall Be Available At The Bac Office, New City Hall, Lgu Bayawan City Upon Payment Of Prescribed Non-refundable Fee In The Amount Of Php 5,000.00 Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids As Shown Below. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Postqualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule Issuance Of Bid Documents October 15, 2024 To November 4, 2024@ 5:00 P.m. Pre-bid Conference October 22, 2024@ 9:00 Am Deadline/opening Of Bids November 5, 2024@ 9:00 Am Post Qualification November 12, 2024@ 9:00 Am Awarding Of Bids November 21, 2024@ 9:00 Am Approved: (sgd)virginia D. Sadiasa City Civil Registrar Bac Chairman
Closing Date5 Nov 2024
Tender AmountPHP 3 Million (USD 53.1 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

United States
Description: In Accordance With Far Part 10, Market Research, This Is A Sources Sought Notice To Determine The Availability Of Potential Sources/vendors Having The Skills And Capabilities Necessary To Provide Intraoperative Neuromonitoring (ionm) For The Louis Stokes Cleveland Va Medical Center (lscvamc) For A Period Of One (1) Base Year, With Four, 12-month Options, Exercisable At The Government S Discretion. all Interested Contractors Are Invited To Respond As This Information May Be Used To Determine Potential Set Asides For The Above Noted Services. This Sources Sought Notice Is For Information And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Sources Sought Or Any Follow Up Information. If Your Company Is Able To Perform These Services Please Respond To The Following: company Name And Address. company Point Of Contact Name, Telephone Number And Email Address. type Of Business: Service-disabled Veteran-owned Small Business, Veteran-owned Small Business, 8a, Hubzone, Woman-owned Small Business, Etc. All Businesses Eligible To Provide This Service Are Encouraged To Reply As This Information May Be Used To Determine Potential Set-asides. uei Number And Naics Code. federal Supply Schedule (fss) Contract, List The Gsa Contract Number And Relevant Sins. company Website Address. capabilities/qualifications: A Written Response Providing Clear And Unambiguous Evidence To Substantiate The Capacity To Fulfill This Requirement. Description Of The Capabilities/qualifications/skills Your Company Possesses To Perform Services Described. do You Need To Subcontract Any Portion Of Work To Provide These Services Stated Herein? past Experience Relative To Similar Requirements. Offer May Provide The Following Information On Similar Projects For Which The Responder Was A Prime Contractor. the Name, Address, And Value Of Each Project. the Prime Contract Type, Firm Fixed-price. the Name, Telephone And Address Of The Owner Of Each Project. a Description Of Each Project And Why It Is Relevant To This Requirement. Include Difficulties And Successes. your Company S Role And Services Provided For Each Project. telephone And Faxed Responses Will Not Be Accepted Nor Responded To. It Is Requested That The Above Information Be Provided No Later Than October 24, 2024 At 10:00 Am Est. Responses Should Be Emailed To Brandi.holland2@va.gov no Phone Calls Will Be Answered Or Responded To. Email Correspondence Only performance Work Statement neuromonitoring Services the Contractor Shall Provide Intraoperative Neuromonitoring (ionm) For The Louis Stokes Cleveland Va Medical Center (lscvamc). services Shall Be Provided By Contractor Technicians And Shall Be Overseen By The Attending Surgeon. Technician Services Are Provided On-site In The Lscvamc Operating Rooms. the Contractor Shall Have A Sufficient Number Of Fully Trained Technicians And Interpreting Physicians To Ensure That Qualified Individuals Provide Services On A Per-needed Basis As Specified By The Lscvamc. 1. Duties/qualifications on Site Ionm Technicians Must Be Certified To Provide Intra-operative Monitoring. The Contractor Shall Ensure The Technicians Assigned To Perform In Operating Rooms Possess Knowledge Of The Effects Of Anesthesia And Of Various Artifacts Such As Electrical Interference From Operating Room Equipment, Etc, To Be Able To Assess Their Effects On The Data Collected During The Surgical Procedure. Technician Must Have Knowledge Of Potential Morbidity Caused By The Monitoring Process Itself, Quality Control Systems, Performance Testing And The Calibration Of Equipment. The Contractor Provides The Equipment Necessary To Effectively Communicate The Intra-operative Interpretation Of Data. The Technicians Will Provide Recommendations Based Upon Interpretation Of Monitoring Results To The Attending Surgeon And Operating Room Personnel. the Remote Interpreting Physicians . 2. Technical Services provide A Trained Technician, Equipment And All Necessary Accessories For Requested Surgical Procedures In The Operating Room. perform All Aspects Of Ionm As Needed, Including But Not Limited To The Following Modalities: Somatosensory Evoked Potentials (ssep), Motor Evoked Potentials (mep), Electromyography (emg), Electroencephalography (eeg), Cortical Mapping, Brain Stem Recordings, Etc. communicate Results Of Monitoring In Real Time To Operating Surgeons, Anesthesiologists And Other Appropriate Members Of The Surgical Team In The Operating Room. apply Electrodes To The Patient As Needed For Monitoring Requested Modalities And Remove Electrodes At The End Of The Procedure. if Applicable, Assist The Surgical Team In Explaining Ionm To The Patient Pre-operatively.â  participate In Lscvamc S Quality Assurance Program As Required. 3. Scope Of Monitoring Services during The Term Of This Agreement, The Contractor Shall Provide Monitoring Services To Lscvamc At The Request Of The Attending Surgeon Or Other Appropriate Members Of The Lscvamc Surgical Team. The Request Shall Be Pursuant To The Written Order Of The Attending Surgeon At Lscvamc. The Monitoring Services Shall Include Neurophysiologic Monitoring Of The Patient During The Surgical Procedure (technical Services) By A Qualified Technician. contractor Shall Coordinate Provision Of Services With The Attending Surgeon Or Designee. Contractor Is Responsible For Provision Of All Supplies In Support Of The Services It Provides. Contractor Will Complete All Administrative Tasks And Required Documentation Immediately Following Procedure. complications Or Incidents Incurred During The Administration Of This Contract Will Be Reported Within 24 Hours Of Discovery To The Attending Surgeon And The Lscvamc Surgery Service Cotr. The Contractor May Be Required To Provide Evidence Of Follow-up Through A Written Report Of The Incident, Describing The Event, Analysis Of Cause And Effect, And Corrective Action Taken. If Such A Report Is Requested By The Cotr Or Other Lscvamc Designee, This Will Be Done Within Three (3) Working Days Of The Verbal Report. 4. Qualifications each Technician Who Provides Technical Services At Lscvamc Shall Be Adequately Trained To Perform The Technical Services And Shall Provide The Technical Services In Accordance With The Standards Of Care Applicable To Such Services, Including Those Established By The American Society Of Electroneurodiagnostic Technologists (aset) And/or The American Society Of Neurophysiological Monitoring (asnm). The Contractor Shall Provide Evidence Of Technician S Training And Case Experience. Lscvamc May Request Removal From The Contract Of Any Technician At The Discretion Of Lscvamc. If Lscvamc Makes Such A Request, It Shall Provide Written Reasons For Its Action To The Contractor. 5. Credentialing credentials: The Contractor Will Maintain Employee Files On All Technicians And Will Provide Copies Of Specific Documentation To Lscvamc. Lscvamc Shall Notify The Contractor Of Its Requirements, If Any, Regarding Computer Access And Other Va And Lscvamc Requirements Specific To Technician Presence In The Operating Room. identification Badges: An Identification (id) Badge Will Be Issued By The Va To The Contract Personnel Providing Services To Lscvamc. The Appropriate Id Badge Shall Be Worn At All Times While On Government Facility Grounds, Clearly Displayed On The Outermost Garment. 6. Lscvamc Responsibilities orientation: Lscvamc Will Provide Technician With A Reasonably Appropriate Orientation To The Facility And Its Applicable Policies, Procedures, Rules And Regulations, Including Those Relating To Infection Control, Safety Management And Confidentiality. evaluation: Lscvamc Personnel Will Periodically Provide Input To The Contractor For Purposes Of Evaluating The Competency And Performance Of Each Technician Who Provides Technical Services At Lscvamc. no Discrimination: Lscvamc Will Not Discriminate Against Any Technician On The Basis Of Race, Religion, Color, National Origin, Sex, Age, Disability Or Any Other Basis Prohibited By Law. 7. Equipment equipment: The Contractor Shall Acquire, Maintain And Provide In Good Working Order The Dedicated Equipment, Technology And Software Required For The Technicians Provide Ionm Services. The Costs Of Repair And/or Replacement Of Such Equipment, Technology Or Software Will Be The Sole Responsibility Of The Contractor. The Contractor Agrees To Abide By Lscvamc S Policies And Procedures Regarding The Maintenance, Use And Safety Of Any Clinical Equipment Utilized By Technicians In The Operating Rooms At Lscvamc. utilities: Lscvamc Shall, At No Cost To The Contractor, Provide All Utilities, Operating Room Apparel, And Computer Networking Assistance Reasonably Necessary For The Contractor To Perform The Ionm Services. 8. Universal Precautions exposure Prevention: Lscvamc Will Provide Technicians All Personal Protective Equipment, Including Gloves, Gowns, And Other Supplies Necessary To Comply With Centers For Disease Control Guidelines, As Appropriate To The Technicians Individual Responsibilities. The Contractor Shall Provide All Technicians With Appropriate Information, And, Upon Request, Shall Provide Lscvamc With Documentation Of Such Information, Regarding Exposure Prevention, Use Of Personal Protective Equipment, And Infection Control. The Contractor Shall Offer To Technicians At Substantial Risk Of Directly Contacting Body Fluids, Opportunities To Obtain Antibody And Or Antigen Testing And Vaccination In Accordance With Requirements Of The Occupational Health And Safety Administration And Centers For Disease Control. post-exposure: In The Event Of An Exposure, The Contractor And Lscvamc Will Cooperate, In Accordance With Applicable Lscvamc Policy, Regarding Offering Appropriate Post-exposure Testing To The Affected Technician. Lscvamc Will Use Its Best Efforts To Appropriately Test The Source Patient And To Obtain That Patient's Consent To Disclosure Of Test Results To Technician And The Contractor. The Contractor Will Be Responsible For Providing Appropriate Follow Up Medical Care And Counseling, If Applicable, And Record-keeping. 9. Personal Hygiene And Clothing contract Health Care Providers Shall Be Neat, Clean, Well Groomed And Shall Otherwise Exercise Good Personal Hygiene. Appropriate Lscvamc Attire Shall Be Worn At All Times Within The Operating Room And Other Areas As Designated By The Lscvamc. Medical Scrubs Provided By The Lscvamc Are Not To Be Worn Or Removed From Outside The Lscvamc Facility. 10. Health Requirements contract Health Care Providers Shall Not Perform Services Under This Contract Unless A Pre-assignment Medical Examination Has Been Performed Within 30 Calendar Days Of Their First Scheduled Shift. Pre-assignment Medical Examinations Shall Be The Responsibility Of The Contractor At No Cost To The Government. as A Condition Of Employment Occupational Safety And Health Administration (osha) Requires That All Contract Staff Who Will Have Occupational Exposure To Blood, Other Body Fluids, Or Other Potentially Infectious Materials, Shall Receive Hepatitis B Vaccine, Sign A Voluntary Declination Or Have Documented Proof Of Immunity To Hepatitis B Infection. The Immunization Shall Be The Responsibility Of The Contractor At No Cost To The Government. contract Health Providers Having Patient Contact Or Exposure To Biological Or Pathological Specimens Shall Be Immunized Against, Be Granted An Immunization Waiver Or Have Documented Proof Of Immunity To: Rubella, Mumps, Polio And Hepatitis B. In Addition, Contract Health Care Providers Shall Be Free Of Infectious Diseases (to Include But Not Limited To Active Tuberculosis And Viral Hepatitis) That Might Reasonably Be Expected To Place Other Workers, Patients Or The Public At Risk. contractor Shall Provide The Cotr With Certification That Technician Have Completed The Medical Evaluation Required Above, A Minimum Of Five (5) Working Days Prior To Performance Of Contract Services. This Certification Shall State The Date That The Examination Was Completed, The Doctor S Name That Performed The Examination, A Statement Concerning The Physical Health Of The Individual And The Following Statement: technician Is Not Suffering From Contagious Diseases To Include, Tuberculosis And Hepatitis. the Government May Take Nose And Throat Cultures From Technician When Required By Government Infection Control Committees (icc). when A Technician Has Been Found Medically Unfit For Providing Services Required Under This Contract, They Shall Be Required To Discontinue Working Immediately. Contract Technician Will Not Return To Work Until Given Clearance By The Appropriate Physician. the Government Will Provide Emergency Health Care For Injuries Sustained While On Duty For Contract Health Care Providers. These Services Will Be Billed To The Contractor At The Current Full Reimbursement Rate. 11. Scheduling work Hours: due To The Nature Of The Amount Of Healthcare Coverage Needed - The Contractor Shall Not Be Required To Adhere A Set Schedule, Predetermined Work Hours, Or Tour Of Duty . The Conditions For Attendance Will Be Based On The Surgical Service Needs Of The Lscvamc. procedure: Lscvamc Will Make Every Effort To Communicate Need For Service To Contractor At Least 48 Hours Prior To Procedure. Contractor Will Be Expected To Provide Services When Medical Care Necessity Requires Notice Of Less Than 48 Hours Such As Emergent Cases. Cases May Be Scheduled By Lscvamc In A Variety Of Ways, Including By Phone, E-mail Or By Fax. notice And Cancellation: The Lscvamc Will Provide Contractor With At Least (12) Hours Notice On Cancelled Cases That Are Considered Routine Cancellations. If Contractor Is Informed Of Cancellation Less Than (12) Hours Prior To Scheduled Start Of Procedure, Contractor Will Be Limited To (1) Hour Of Service For Billing Purposes. 12. Records all Records Produced In The Performance Of This Contract And All Evaluations Of Patients Are The Property Of, And Subject To The Exclusive Control Of, The Government. The Contractor May Retain A Copy Of All Such Records Or Evaluations, But May Not Provide Further Copies Or Disclose The Information From Such Records Or Evaluations To Any Other Party. confidentiality Of Information: Unless Otherwise Specified, All Financial, Statistical, Personnel And/or Technical Data Which Is Furnished, Produced Or Otherwise Available To The Contractor During The Performance Of This Contract Are Considered Confidential Business Information And Shall Not Be Used Or Released For Purposes Other Than Performance Of Work Under This Contract. all Patient Medical Records And Related Documents Maintained By Lscvamc Shall Belong To And Be The Sole Property Of The Government And Lscvamc.â lscvamc Acknowledges That The Contractor Needs To Record And Maintain Certain Patient Information In The Course Of Providing And Billing For The Monitoring Services . consent And Disclosure: Lscvamc Acknowledges That The Contractor Is Relying On Lscvamc To Obtain All Necessary Consents And Authorizations From Lscvamc Patients To Perform The Ionm Services.â  Lscvamc Agrees That, With Respect To The Ionm Services, Lscvamc Is Solely Responsible For And Has Complied With The Health Insurance Portability And Accountability Act Of 1996 ("hipaa") Requirements For Distributing All Required Information Pertaining To Lscvamc Patients' Privacy Rights.â lscvamc Shall Be Solely Liable For, And Shall Fully Indemnify And Hold The Contractor, Its Officers, Directors, Owners And Employees, Harmless Against Any And All Claims By Lscvamc Patients Or Their Representatives Related To The Failure By Lscvamc Or The Contractor To Disclose Or Obtain Patients' Consent For The Ionm Services. request For Service: Lscvamc Shall Ensure That The Attending Surgeon S Request For Ionm Services Is Documented In Writing And Included In The Patient S Medical Record. Lscvamc Shall Provide The Contractor With A Copy Of Such Request Upon Request And Shall Fully Indemnify And Hold The Contractor, Its Officers, Directors, Owners And Employees, Harmless Against Any And All Claims Or Losses Related To The Failure By Lscvamc To Document The Attending Surgeon S Request For Ionm Services. 13. Insurance since This Is A Non-personnel Service Contract The Contractor Is Required To Have Their Own Insurance. both Parties Shall Maintain Professional Liability (malpractice) Insurance And General Liability Insurance Providing Coverage Of At Least $1 Million Per Occurrence And $3 Million Annually. Each Party Shall Provide The Other On Request With A Certificate Of Insurance Evidencing Such Coverage And Shall Provide At Least Ten (10) Days Prior Written Notice Of Any Material Change In Such Coverage. liability Insurance May Be On Either An Occurrences Basis Or On A Claims-made Basis. If The Policy Is On A Claims-made Basis, An Extended Reporting Endorsement (tail) For A Period Of Not Less Than 3 Years After The End Of The Contract Term Must Also Be Provided. 14. Indemnification indemnity: Each Party Shall Indemnify And Hold Harmless The Other And Its Directors, Officers, Employees And Agents, From Any And All Claims (including Third Party Claims), Demands, Judgments, Damages, Liabilities, Losses And Expenses Actually Incurred (including Reasonable Attorney S Fees) Arising Out Of The Negligent Acts Or Omissions Or Intentional Misconduct Of Such Party, Its Employees, Or Agents, In The Discharge Of Its Or Their Professional Responsibilities Under This Agreement. The Provisions Of This Section 13(a) Shall Survive The Expiration Or Termination Of This Agreement. limitations On Indemnity: The Parties' Obligations Under Section 13(a) Above Are Expressly Conditioned Upon The Following: (i) That The Party From Whom Indemnification Is Sought Shall Be Notified Promptly In Writing By The Party Seeking Indemnification Of Any Claim Or Suit Of Which It May Be Aware Involving Services Provided Under This Agreement; (ii) That The Parties Shall Cooperate In A Reasonable Way To Facilitate The Settlement Or Defense Of The Claim Or Suit (provided, However, That The Indemnifying Party Shall Not Admit Fault On Behalf Of, Or Agree To A Settlement Without The Consent Of, The Party To Be Indemnified); (iii) That The Claim Or Suit Does Not Arise, In Whole Or In Part, From The Malpractice Or Negligent Act Or Omission Of The Party Seeking Indemnification; And (iv) That The Indemnifying Party's Liability Under This Agreement Shall Be Limited To The Amount Of Funds Paid To And Received By It Under Any Then-existing Program Of Insurance Or Self-insurance With Respect To Such Losses. 15. Non-solicitation; Employment the Contractor, Its Officers, Directors, Employees And Agents, Shall Not, Directly Or Indirectly, On Their Own Behalf Or On Behalf Of Others, Employ Or Solicit For Employment Any Person Employed By Lscvamc. The Provisions Of This Shall Not Apply To General Advertisements For Employment Opportunities. 16. Access To Records if This Agreement Is Subject To Section 952 Of The Omnibus Reconciliation Act Of 1980, 42 U.s.c. §1395x(v)(1)(i) (the "statute") And The Regulations Promulgated Thereunder, 42 C.f.r. Part 420, Subpart D (the "regulations"), The Contractor Shall, Until The Expiration Of Four (4) Years After Furnishing Of Ionm Services Pursuant To This Agreement, Make Available, Upon Proper Request, To The Secretary Of Health And Human Services And To The Comptroller General Of The United States, Or Any Of Their Duly Authorized Representatives, The Agreement And The Books, Documents And Records Of The Contractor That Are Necessary To Certify The Nature And Extent Of The Ionm Services Furnished Pursuant To This Agreement For Which Payment Was May Be Made By Lscvamc. 17. Confidentiality; Hipaa each Party Acknowledges That Information Or Materials Belonging To The Other Party That It May Have Access To Or Use Of Are Of A Special And Unique Character, Are Not Known To The Public, May Not Be Disclosed And Are Considered By The Other Party As Confidential ( Confidential Information ). Moreover, Each Party Acknowledges That This Agreement, And The Terms Set Forth Herein, Constitutes Confidential Information. Having Acknowledged The Foregoing, Each Party Agrees: (a)â a Party May Disclose The Other Party S Confidential Information To Its Employees And Subcontractors Who Have A Need To Know; (b)â a Party May Disclose Confidential Information If So Required By Law (including Court Order Or Subpoena), Provided That The Party Provides The Other With Prompt Notice Of The Legal Process To Allow Such Party To Take Action To Prevent The Disclosure And, If Disclosure Is Required, Disclose Only The Minimum Amount Of Information Necessary To Comply With The Legal Process. Unless Otherwise Authorized, Upon The Termination Of This Agreement, Each Party Shall Promptly Return To The Other Party Its Confidential Information Or Certify That Such Confidential Information, Including All Copies, Have Been Destroyed. Notwithstanding The Above, A Party Shall Not Be Liable For The Reproduction, Disclosure Or Use Of Any Confidential Information If Such Confidential Information Is: (a)â publicly Available Or Later Becomes Available Other Than Through A Breach Of This Agreement; (b)â lawfully Known To The Party, Or Its Respective Employees, Agents Or Subcontractors Prior To The Original Disclosure By The Other Party Or Is Independently Developed By The Party; Or (c)â subsequently Lawfully Obtained By The Party, Or Their Respective Employees, Agents Or Subcontractors From A Third Party Without Obligations Of Confidentiality. The Provisions Of This Sectionâ 16(a) Shall Survive The Termination Or Expiration Of This Agreement. 18. Term this Contract Shall Begin On The Effective Date And Shall Continue For One Year. Four Option Years May Be Exercised For This Contract. 19. No Referrals the Parties Agree That There Is No Requirement That Either Party Make Any Referrals To, Or Be In A Position To Make Or Influence Referrals To, Or Otherwise Generate Business For, The Other Party As A Condition For Entering Into And Performing Under This Agreement. 20. Relationships independent Contractor: The Services Rendered By The Contractor Are Rendered In The Capacity Of An Independent Contractor. The Government Will Evaluate The Quality Of Both Professional And Administrative Services For Purposes Of Contract Inspection And Acceptance. The Government Retains No Direct Control Over Professional Assessments And/or Recommendations. The Contractor Shall Be Solely Responsible For Any And All Liability Caused By The Acts Or Omissions Of Its Agents Or Employees. The Contractor Shall Not In Any Manner Represent Or Infer That It Is An Instrumentality Or Agent Of The United States Government. The Parties Agree That The Contractor And Lscvamc Are Independent Contractors Under This Agreement, And Neither Party To This Agreement Shall Be Deemed The Agent, Partner, Employee, Representative Or Joint Venture Of The Other Party. employee Status: The Parties Acknowledge And Agree The Technologists Are Not Employees Of Lscvamc And Lscvamc Assumes No Responsibilities As To The Technologists May Be Imposed Upon An Employer Under Any Law, Regulation Or Ordinance. Technologists Are Employees Of The Contractor And The Contractor Shall Be Responsible For Withholding Federal And State Income Taxes, Paying Social Security Taxes And Unemployment Insurance, And Maintaining Worker S Compensation Insurance Coverage In An Amount And Under Such Terms As Are Required By Law. 21. Payments contractor Shall Accept Payment For Services Rendered Under This Contract As Payment In Full And Will Not Bill The Veteran Or His/her Third Party Insurer For Any Services Covered Under This Contract Or For Additional Services For Which The Va Pays The Contractor Outside The Contract. invoice And Payment payment Is To Be Made Monthly In Arrears. Contractor Shall Submit Invoices In Original Addressed To: Vafsc, P.o. Box 149971, Austin, Tx 78714. Invoices Submitted For Payment Shall Be Reviewed For Accuracy, Verified Against Time Records And Attendance Logs And Shall Be Subject To Approval By The Government Prior To Remittance Of Payment. any Discrepancies Found Shall Be Brought To The Attention Of The Contractor And Shall Be Resolved. A Corrected Invoice Must Then Be Submitted By The Contractor As Instructed By The Government. patients Shall Not Be Invoiced For Services. The Invoice Must Be Itemized To Include The Following Information. billing: Contractor Will Provide Lscvamc With Invoice Within 30 Days Of Procedure. Invoice Must Be Limited To (1) Procedure Per Invoice. Invoice Will Detail: name And Address Of Contractor contractor S Tax Id Number date Of Treatment(s) *hours Of Ionm Service Provided. name Of Technician. name Of Attending Surgeon. first Initial Of Patient S Last Name And The Last (4) Digits Of Patient S Social Security Number. description Of Services Rendered fees Being Charged For Services Rendered contractor S Invoice Number And Date Of Invoice. contract Number. contract S Purchase Order Number. *hours Of Ionm Service Provided Will Include The Total Amount Of Time From When Patient Arrives And Leaves The Operating Room. Hours Of Service For Each Procedure Will Include An Additional (1) Hour That Will Be Considered As Part Of The Prep Time And Post-op Time. This Cannot Exceed (1) Per Procedure. The Contractor Will Be Limited To Include The Total Amounts Of Hours As Units Of 1.0 Or 0.5. This Inclusion Time Will Not Exceed 29 Minutes. the Itemized Invoice Shall Be Verified For Certification By The Cotr Or Lscvamc Designee. 22. Contractor Personnel Security Requirements all Contractor Employees Who Require Access To The Department Of Veterans Affairs Computer Systems Shall Be The Subject Of A Background Investigation And Must Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement Prior To Contract Performance. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. If The Investigation Is Not Completed Prior To The Start Date Of The Contract, The Contractor Will Be Responsible For The Actions Of Those Individuals They Provide To Perform Work For Va. Position Sensitivity The Position Sensitivity Has Been Designated As Low. Background Investigation The Level Of Background Investigation Commensurate With The Required Level Of Access Is National Agency Check With Written Inquiries. contractor Responsibilities the Contractor Shall Prescreen All Personnel Requiring Access To The Computer Systems To Ensure They Maintain A U.s. Citizenship And Are Able To Read, Write, Speak And Understand The English Language. the Contractor Shall Submit Or Have Their Employees Submit The Following Required Forms To The Va Office Of Security And Law Enforcement Within 30 Days Of Receipt: standard Form 85p, Questionnaire For Public Trust Positions standard Form 85p-s, Supplemental Questionnaire For Selected Positions fd 258, U.s. Department Of Justice Fingerprint Applicant Chart va Form 0710, Authority For Release Of Information Form optional Form 306, Declaration For Federal Employment optional Form 612, Optional Application For Federal Employment the Contractor, When Notified Of An Unfavorable Determination By The Government, Shall Withdraw The Employee From Consideration From Working Under The Contract. failure To Comply With The Contractor Personnel Security Requirements May Result In Termination Of The Contract For Default. government Responsibilities The Va Office Of Security And Law Enforcement Will Provide The Necessary Forms To The Contractor Or To The Contractor S Employees After Receiving A List Of Names And Addresses. Upon Receipt, The Va Office Of Security And Law Enforcement Will Review The Completed Forms For Accuracy And Forward The Forms To Opm To Conduct The Background Investigation. the Va Facility Will Pay For Investigations Conducted By The Office Of Personnel Management (opm) In Advance. In These Instances, The Contractor Will Reimburse The Va Facility Within 30 Days. the Va Office Of Security And Law Enforcement Will Notify The Contracting Officer And Contractor After Adjudicating The Results Of The Background Investigations Received From Opm. The Contracting Officer Will Ensure That The Contractor Provides Evidence That Investigations Have Been Completed Or Are In The Process Of Being Requested. end, Contractor Personnel Security Requirements 23. Computer/information Security the Contractor Shall Ensure Adequate Lan/internet, Data, Information, And System Security In Accordance With Va Standard Operating Procedures And Standard Contract Language, Conditions, Laws, And Regulations. The Contractor S Firewall And Web Server Shall Meet Or Exceed The Government Minimum Requirements For Security. All Government Data Shall Be Protected Behind An Approved Firewall. Any Security Violations Or Attempted Violations Shall Be Reported To The Va Project Manager And The Vha Headquarters Information Security Officer As Soon As Possible. The Contractor Shall Follow All Applicable Va Policies And Procedures Governing Information Security, Especially Those That Pertain To Certification Accreditation. 24. General contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. access To Va Information And Va Information Systems a Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order. all Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures. the Contractor Or Subcontractor Must Notify The Contracting Officer Immediately When An Employee Working On A Va System Or With Access To Va Information Is Reassigned Or Leaves The Contractor Or Subcontractor S Employ. The Contracting Officer Must Also Be Notified Immediately By The Contractor Or Subcontractor Prior To An Unfriendly Termination. va Information Custodial Language information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor's Rights To Use Data As Described In Rights In Data - General, Far 52.227-14(d) (1). va Information Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor S Information Systems Or Media Storage Systems In Order To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va S Information Is Returned To The Va Or Destroyed In Accordance With Va S Sanitization Requirements. Va Reserves The Right To Conduct On Site Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Are In Compliance With Va Directive Requirements. prior To Termination Or Completion Of This Contract, Contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor In The Course Of Performing This Contract Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Of The Contract. the Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations And Policies In This Contract. the Contractor/subcontractor Shall Not Make Copies Of Va Information Except As Authorized And Necessary To Perform The Terms Of The Agreement Or To Preserve Electronic Information Stored On Contractor/subcontractor Electronic Storage Media For Restoration In Case Any Electronic Equipment Or Data Used By The Contractor/subcontractor Needs To Be Restored To An Operating State. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Must Be Appropriately Destroyed. if Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The  â â contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12. if A Vha Contract Is Terminated For Cause, The Associated Baa Must Also Be Terminated And Appropriate Actions Taken In Accordance With Vha Handbook 1600.01, Business Associate Agreements. Absent An Agreement To Use Or Disclose Protected Health Information, There Is No Business Associate Relationship. the Contractor/subcontractor Must Store, Transport, Or Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools That Are, At A Minimum, Fips 140-2 Validated. the Contractor/subcontractor S Firewall And Web Services Security Controls, If Applicable, Shall Meet Or Exceed Va S Minimum Requirements. Va Configuration Guidelines Are Available Upon Request. except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor/subcontractor May Use And Disclose Va Information Only In Two Other Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction, Or (ii) With Va S Prior Written Approval. The Contractor/subcontractor Must Refer All Requests For, Demands For Production Of, Or Inquiries About, Va Information And Information Systems To The Va Contracting Officer For Response. notwithstanding The Provision Above, The Contractor/subcontractor Shall Not Release Va Records Protected By Title 38 U.s.c. 5705, Confidentiality Of Medical Quality Assurance Records And/or Title 38 U.s.c. 7332, Confidentiality Of Certain Health Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse, Or Infection With Human Immunodeficiency Virus. If The Contractor/subcontractor Is In Receipt Of A Court Order Or Other Requests For The Above Mentioned Information, That Contractor/subcontractor Shall Immediately Refer Such Court Orders Or Other Requests To The Va Contracting Officer For Response. for Service That Involves The Storage, Generating, Transmitting, Or Exchanging Of Va Sensitive Information But Does Not Require C&a Or An Mou-isa For System Interconnection, The Contractor/subcontractor Must Complete A Contractor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cotr. information System Hosting, Operation, Maintenance, Or Use for Information Systems That Are Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities, Contractors/subcontractors Are Fully Responsible And Accountable For Ensuring Compliance With All Hipaa, Privacy Act, Fisma, Nist, Fips, And Va Security And Privacy Directives And Handbooks. This Includes Conducting Compliant Risk Assessments, Routine Vulnerability Scanning, System Patching And Change Management Procedures, And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor S Security Control Procedures Must Be Equivalent, To Those Procedures Used To Secure Va Systems. A Privacy Impact Assessment (pia) Must Also Be Provided To The Cotr And Approved By Va Privacy Service Prior To Operational Approval. All External Internet Connections To Va S Network Involving Va Information Must Be Reviewed And Approved By Va Prior To Implementation. adequate Security Controls For Collecting, Processing, Transmitting, And Storing Of Personally Identifiable Information (pii), As Determined By The Va Privacy Service, Must Be In Place, Tested, And Approved By Va Prior To Hosting, Operation, Maintenance, Or Use Of The Information System, Or Systems By Or On Behalf Of Va. These Security Controls Are To Be Assessed And Stated Within The Pia And If These Controls Are Determined Not To Be In Place, Or Inadequate, A Plan Of Action And Milestones (poa&m) Must Be Submitted And Approved Prior To The Collection Of Pii. outsourcing (contractor Facility, Contractor Equipment Or Contractor Staff) Of Systems Or Network Operations, Telecommunications Services, Or Other Managed Services Requires Certification And Accreditation (authorization) (c&a) Of The Contractor S Systems In Accordance With Va Handbook 6500.3, Certification And Accreditation And/or The Va Ocs Certification Program Office. Government-owned (government Facility Or Government Equipment) Contractor-operated Systems, Third Party Or Business Partner Networks Require Memorandums Of Understanding And Interconnection Agreements (mou-isa) Which Detail What Data Types Are Shared, Who Has Access, And The Appropriate Level Of Security Controls For All Systems Connected To Va Networks. the Contractor/subcontractor S System Must Adhere To All Fisma, Fips, And Nist Standards Related To The Annual Fisma Security Controls Assessment And Review And Update The Pia. Any Deficiencies Noted During This Assessment Must Be Provided To The Va Contracting Officer And The Iso For Entry Into Va S Poa&m Management Process. The Contractor/subcontractor Must Use Va S Poa&m Process To Document Planned Remedial Actions To Address Any Deficiencies In Information Security Policies, Procedures, And Practices, And The Completion Of Those Activities. Security Deficiencies Must Be Corrected Within The Timeframes Approved By The Government. Contractor/subcontractor Procedures Are Subject To Periodic, Unannounced Assessments By Va Officials, Including The Va Office Of Inspector General. The Physical Security Aspects Associated With Contractor/subcontractor Activities Must Also Be Subject To Such Assessments. If Major Changes To The System Occur That May Affect The Privacy Or Security Of The Data Or The System, The C&a Of The System May Need To Be Reviewed, Retested And Re-authorized Per Va Handbook 6500.3. This May Require Reviewing And Updating All Of The Documentation (pia, System Security Plan, Contingency Plan). The Certification Program Office Can Provide Guidance On Whether A New C&a Would Be Necessary. va Prohibits The Installation And Use Of Personally-owned Or Contractor/subcontractor Owned Equipment Or Software On Va S Network. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow Or Contract. All Of The Security Controls Required For Government Furnished Equipment (gfe) Must Be Utilized In Approved Other Equipment (oe) And Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Be Equipped With, And Use, A Va-approved Antivirus (av) Software And A Personal (host-based Or Enclave Based) Firewall That Is Configured With A Va-approved Configuration. Software Must Be Kept Current, Including All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-viral Software And The Firewall On The Non-va Owned Oe. all Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Returned To The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Of The Contract. bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Vendor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are: security Incident Investigation the Term Security Incident Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/subcontractor Shall Immediately Notify The Cotr And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/subcontractor Has Access. to The Extent Known By The Contractor/subcontractor, The Contractor/subcontractor S notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident (including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or Compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant. with Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement. in Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident. security Controls Compliance Testing on A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All Of The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With 10 Working-day S Notice, At The Request Of The Government, The Contractor Must Fully Cooperate And Assist In A Government-sponsored Security Controls Assessment At Each Location Wherein Va Information Is Processed Or Stored, Or Information Systems Are Developed, Operated, Maintained, Or Used On Behalf Of Va, Including Those Initiated By The Office Of Inspector General. The Government May Conduct A Security Control Assessment On Shorter Notice (to Include Unannounced Assessments) As Determined By Va In The Event Of A Security Incident Or At Any Other Time. g. Training all Contractor Employees And Subcontractor Employees Requiring Access To Va Information And Va Information Systems Shall Complete The Following Before Being Granted Access To Va Information And Its Systems: sign And Acknowledge (either Manually Or Electronically) Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior, Appendix E Relating To Access To Va Information And Information Systems; successfully Complete The Va Cyber Security Awareness And Rules Of Behavior Training And Annually Complete Required Security Training; successfully Complete The Appropriate Va Privacy Training And Annually Complete Required Privacy Training; And successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Access [to Be Defined By The Va Program Official And Provided To The Contracting Officer For Inclusion In The Solicitation Document E.g., Any Role-based Information Security Training Required In Accordance With Nist Special Publication 800-16, Information Technology Security Training Requirements.] 2. The Contractor Shall Provide To The Contracting Officer And/or The Cotr A Copy Of The Training Certificates And Certification Of Signing The Contractor Rules Of Behavior For Each Applicable Employee Within 1 Week Of The Initiation Of The Contract And Annually Thereafter, As Required. 3. Failure To Complete The Mandatory Annual Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Complete.
Closing Soon24 Oct 2024
Tender AmountRefer Documents 

Slots Og Kulturstyrelsen - DENMARK Tender

Others
Denmark
Details: Title: Service And Cleaning Of Kongens Have And Frederiksberg Garden Type: Eu Tender Expected Contract Period: 5 Years With The Possibility Of Extension Of 3 Times 1 Year Expected Publication Of Tender: 3rd Quarter 2024 Contact: Center For Group It And Tenders, Kui@ Slks.dk Title: Garden Management Of Koldinghus, Aalborghus, Frederiksberg, Sorgenfri, Marienborg And Frilandsmuseet Type: Eu-tender Expected Contract Period: 5 Years With The Possibility Of Extension Of 3 Times 1 Year Expected Publication Of Tender: 2nd Quarter 2024 Contact: Center For Koncern It Og Udbud, Kui@slks.dk Title: Forest Management Of Fredensborg And Frederiksborg Type: Eu-tender Expected Contract Period: 5 Years With The Possibility Of Extension Of 3 Times 1 Year Expected Publication Of Tender: 2nd Quarter 2024 Contact: Center For Koncern It Og Udbud, Kui@slks.dk Title: Purchase Of Electrical Charging Points And Parking Control Type: Advertising Expected Contract Period: 5 Years Expected Publication: 2nd Quarter 2024 Contact: Center For Group It Og Udbud, Kui@slks.dk Title: Development , Maintenance And Support Of It Support In The Cultural Heritage Area Type: Eu Tender Expected Publication Of Tender: 2nd Quarter 2024 Contact: Center For Group It And Tenders, Kui@slks.dk
Closing Date26 Jan 2025
Tender AmountRefer Documents 

Province Of Iloilo Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Construction Of Warehouse At Art Center, Brgy. Nanga, Pototan, Iloilo Bid No. Agr-24-1528-b Iloilo Provincial Government Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section I. Invitation To Bid 7 Section Ii. Instructions To Bidders 9 1. Scope Of Bid 9 2. Funding Information 9 3. Bidding Requirements 9 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 9 5. Eligible Bidders 10 6. Origin Of Associated Goods 10 7. Subcontracts 10 8. Pre-bid Conference 10 9. Clarification And Amendment Of Bidding Documents 10 10. Documents Comprising The Bid: Eligibility And Technical Components 11 11. Documents Comprising The Bid: Financial Component 11 12. Alternative Bids 11 13. Bid Prices 11 14. Bid And Payment Currencies 12 15. Bid Security 12 16. Sealing And Marking Of Bids 12 17. Deadline For Submission Of Bids 12 18. Opening And Preliminary Examination Of Bids 12 19. Detailed Evaluation And Comparison Of Bids 13 20. Post Qualification 13 21. Signing Of The Contract 13 Section Iii. Bid Data Sheet 14 Section Iv. General Conditions Of Contract 16 1. Scope Of Contract 16 2. Sectional Completion Of Works 16 3. Possession Of Site 16 4. The Contractor’s Obligations 16 5. Performance Security 17 6. Site Investigation Reports 17 7. Warranty 17 8. Liability Of The Contractor 17 9. Termination For Other Causes 17 10. Dayworks 18 11. Program Of Work 18 12. Instructions, Inspections And Audits 18 13. Advance Payment 18 14. Progress Payments 18 15. Operating And Maintenance Manuals 18 Section V. Special Conditions Of Contract 20 Section Vi. Specifications 21 Section Vii. Drawings 25 Section Viii. Bill Of Quantities 31 Section Ix. Checklist Of Technical And Financial Documents 39 Glossary Of Terms, Abbreviations, And Acronyms Abc – Approved Budget For The Contract. Arcc – Allowable Range Of Contract Cost. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Cda – Cooperative Development Authority. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Contractor – Is A Natural Or Juridical Entity Whose Proposal Was Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. Contractor As Used In These Bidding Documents May Likewise Refer To A Supplier, Distributor, Manufacturer, Or Consultant. Cpi – Consumer Price Index. Dole – Department Of Labor And Employment. Dti – Department Of Trade And Industry. Foreign-funded Procurement Or Foreign-assisted Project – Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Pcab – Philippine Contractors Accreditation Board. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Un – United Nations. Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For Construction Of Warehouse At Art Center, Brgy. Nanga, Pototan, Iloilo Bid No. Agr-24-1528-b 1. The Iloilo Provincial Government, Through The 20% Nta Development Fund – Fy 2024 – Buildings Intends To Apply The Sum Of Twenty Million Pesos (p 20,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-24-1528-b For The Construction Of Warehouse At Art Center, Brgy. Nanga, Pototan, Iloilo For The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Eighty 180 Calendar Days. Bidders Should Have Completed 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 10, 2024 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (p10, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On October 17, 2024, 9:00 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Videoconferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address At Ground Floor, Lobby, Iloilo Provincial Capitol, Iloilo City On Or Before October 29, 2024, 9:00 A.m.. 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 16. 9. Bid Opening Shall Be On October 29, 2024, 9:00 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Iloilo Provincial Government 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph October 8, 2024 Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Construction Of Warehouse At Art Center, Brgy. Nanga, Pototan, Iloilo, With Project Identification Number Agr-24-1528-b. The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2024 In The Amount Of Twenty Million Pesos (p 20,000,000.00) 2.2. The Source Of Funding Is: A. 20% Nta Development Fund – Fy 2024 – Buildings 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address At Bac Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until February 6, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: A) Construction Of Warehouse/buildings 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 [specify If Another Contractor License Or Permit Is Required.] 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 1-project Engineer 1 Year 1 Year 1-materials Engineer 1 Year 1 Year 1-agricultural And Biosystems Engineer 1 Year 1 Year 1-health & Safety Officer 1 Year 1 Year 1-foreman 1 Year 1 Year 1-carpenter 1 Year 1 Year 1-steelman 1 Year 1 Year 1-mason 1 Year 1 Year 1-welder 1 Year 1 Year 1-electrician 1 Year 1 Year 1-plumber 1 Year 1 Year 1-painter 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Dump Truck - 1 Chainsaw - 1 Backhoe - 1 Pneumatic Tire Roller - 1 One Bagger Mixer - 1 Bar Cutter - 1 Welding Machine - 1 Electric Drill - 1 12 Alternative Bids Are Not Allowed 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 19.2 Partial Bid Is Not Allowed 20 No Further Instructions. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 4.1. The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 4.2. If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 7.2 [in Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures:] Fifteen (15) Years. 10 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 15% Of The Total Contract Price. 14 Materials And Equipment Delivered On The Site But Not Completely Installed Or Constructed Shall Not Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Prior To The Final Billing. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is 1% Of The Final Contract Amount. Section Vi. Specification General Requirements All Works To Be Done Shall Be With First Class Workmanship And Shall Conform To The Plans And Specifications. All Materials To Be Used Shall Be Of Good Quality And Properly Inspected By The Authorized Representative Or The Engineer In-charge. The Provincial Agriculturist Is Reserved The Right To Rescind, Terminate, Suspend The Contract If He Deems Necessary And To The Best Interest Of The Government. The Contractor Shall Be Liable For All Damages That Will Occur During The Construction Of The Project. Scope Of Works The Works Include Furnishing Of Labor, Materials, Tools, Equipment And Other Incidentals Necessary To Complete The Project Such As Mobilization/demobilization, Clearing, Grubbing & Staking, Excavation Works, Backfilling, Embankment With Compaction, Concrete Works, Masonry Works, Plastering Works, Wall Installation, Roof Framing, Roofing Works, Ceiling Works, Tile Works, Door And Windows With Complete Accessories, Plumbing Works, Painting Works, Construction Of Catch Basin, Installation Of Logo & Installation Of Electrical Works And Fire Alarm System. General Condition A. The Works To Be Done Herein Shall Be The Construction Of Warehouse As Of Approved And Of Quality Materials Completed As Per Plans, Details And Specifications. Supervision Of The Work Shall Be Done Under The Responsibility Of The Project Engineer With The Help Of The Construction Foreman. B. All Materials Employed And To Be Used In The Construction Shall Be Brand New, Unless Otherwise Or As Directed And Approved By The Project Engineer. C. Skilled Workmen And Workmanship Subject To Project Engineer’s Approval Shall Perform Methods Of The Construction In The Most Acceptable Manner. D. The Drawings Referred To In The Specifications Including Supplementary One, To Be Furnished As The Work Progress Are Intended To Cooperate With The Specification And To Form Part Hereof. Where Figures Are Given, They Are To Be Followed In Performance To Measurement By Scale. E. The Assigned Engineer Or Construction Foreman Shall Lay – Out The Building In Accordance With The Drawings And Directions On Plans As He Shall Not Only Responsible But Liable For Any Failure To Comply In This Respect With The Said Drawings, Specifications And Directions For Its Due And Accurate Location On The Lot. Project Sign Board / Billboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Project. The Layout Of The Billboard Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Coa Billboard Pao Billboard The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White, 8ft X 8ft (coa) And 4ft X 8ft (pao): B. Resolution: 70 Dpi; C. Font: Helvetica; D. Font Size: Main Information – 3”; E. Sub-information – 1”; F. Font Color: Black; G. Suitable Frame: Rigid Wood Or Steel Frame With Post; And, H. Posting: Outside Display At The Project Location After Award Has Been Made. Measurement The Supply And Erection Of Project Billboard Shall Be In Accordance With Provisions Of This Specification. Basis Of Payment No Additional Payment Shall Be Made In This Regard. A. Construction Of Warehouse I. Mobilization/demobilization Mobilization And Demobilization The Work Consists Of The Mobilization And Demobilization Of The Contractor’s Forces And Equipment Necessary For Performing The Work Required Under The Contract. It Does Not Include Mobilization And Demobilization For Specific Items Of Work In Fulfilling The Contract Requirements For The Commencement Of Work. Equipment And Material Mobilization Shall Include All Activities And Associated Costs For Transportation Of Contractor’s Personnel, Equipment, And Operating Supplies To The Site; Establishment Of Offices, Buildings, And Other Necessary General Facilities For The Contractor’s Operations At The Site. Demobilization Demobilization Shall Include All Activities And Associated Costs For Transportation Of Personnel, Equipment, And Supplies Not Required Or Included In The Contract From The Site; Including The Disassembly, Removal, And Site Cleanup Of Offices, Buildings, And Other Facilities Assembled On The Site Specifically For This Contract. Ii. Clearing, Grubbing And Staking Clearing And Grubbing And Cutting Of Trees Shall Include Handling, Salvaging, Piling And Disposing Off The Cleared Materials With All Leads And Lifts. Trees Shall Be Cut In Sections From The Top Downwards. All Timber Shall Not Be Used By The Contractor For Any Purpose And Shall Remain The Property Of The Provincial Agriculture Office. Clearing Shall Consist Of The Cutting, Removing And Disposal Of All Trees, Bushes, Shrubs, Grass, Weeds, Other Vegetation, Anthills, Rubbish, Fences, Top Organic Soil And Rocks And Boulders Exposed Or Lying On The Surface. The Construction Site Shall Be Leveled According To The Plans And Cleared Of Rubbish, Roots And Other Perishable And Objectionable Matters To A Suitable Subgrade. All Such Unsuitable Materials Shall Be Removed From The Construction Site And Spread Uniformly Over The Areas Adjacent To The Proposed Building, Or Otherwise Disposed Of As Maybe Directed By The Architect/engineer In-charge Of The Construction. Materials Obtained From Clearing And Grubbing Shall Be Disposed Off In Borrow Pits Or Other Suitable Places And Be Covered Up With Soil Or Gravel As Directed By The Engineer. The Burning Of Combustible Materials Shall Not Be Permitted. Staking-out The Building Lines Shall Be Staked Out On The Lines And Grades Shown In The Drawings Established Before Any Excavation Is Started. Batter Boards And Reference Marks Shall Be Erected At Such Place Where They Will Not Be Disturbed During The Excavation Of The Building. During The Period Of Commencement Of Works, The Contractor Shall Survey The Construction Area And Confirm The Levels. He Shall Immediately Notify The Engineer Of Any Discrepancies And Shall Agree With The Engineer Any Amended Values On The Plan. All Stations And Reference Points Shall Be Clearly Marked And Protected To The Satisfaction Of The Engineer. All Working Benchmarks Shall Be Near Major/medium Structure Sites. Accurate Establishment Of The Centerlines Based On The Drawing Is Required. The Existing Profile And Cross-section Shall Be Jointly Taken With The Engineer. Iii. Excavation Foundation Trench Shall Be Dug To The Exact Width And Depth And Levels As Indicated In The Drawings. Sides Of The Trenches Shall Be Vertical. In Case Soil Does Not Permit Vertical Sides, The Contractor Shall Protect The Sides With Timber Shoring. Excavated Earth Shall Not Be Placed Within 1.5 Meter Of The Edge Of The Trench. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Iv. Backfilling, Embankment With Compaction And Gravel Bedding Use Earth Or Sand Free From Waste And Objectionable Materials. Place Backfill And Embank In Uniform Horizontal Layer Not More 150mm Thick At A Time, Puddle And Tamper Each Layer As Required To Make Firm Adequate Compaction. Fill Bottom Of Excavation For Structured Foundation With At Least 100mm Thick Gravel Before Placing Reinforcing Steel Bars And Pouring Concrete. V. Concrete, Masonry And Plastering Works A. General: All Concrete Works To Be Done Herein Shall Be In Accordance With Aci Requirement And/ Or Standard Specifications As Adopted By The Government. B. Cement Shall Be Portland Cement (type1) With 40 Kgs/bag. C. Fine Aggregates Shall Be Clean Hold River Sand, Free From Injurious Amount Of Clay, Loam And Vegetable Matter. D. Coarse Aggregates Shall Be River Run Gravel Or Broken Stones. The Maximum Size Shall Be 1/5 Of The Nearest Dimensions Between Side Forms Of The Concrete Members Or ¾ The Maximum Clear Spacing Between Reinforcing Bars. E. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi) F. The Wires Shall Be Locally Produced G.i. Wire Gauge No. 16. G. Placing Reinforcement Provide Bars, Wire Fabrics, Wire Ties, Supports And Other Devices Necessary To Install And Secure Reinforcement. Reinforcement Shall Not Contain Rust, Scale Oil, Grease Clay And Foreign Substances That Would Reduce The Bond. Rusting Of Reinforcement Is A Basis Of Rejection If The Effective Cross-sectional Area Of The Normal Weight Per Foot Of The Reinforcement Has Been Reduced To Less Than Specified In Paragraph Entitled “reinforcing Bars”. Remove Loose Rust Prior To Placing Of Steel. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. Concrete Hollow Blocks: 1. For Walls And Partitions, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. I. All Concrete Cured For Least Seven (7) Days To Twenty-eight (28) Days If Possible After Placement To Attain The Required Strength Of Concrete. J. Removal Of Forms: Forms Shall Be Removed In Such A Manner As Not To Impair The Safety And Serviceability Of The Structures. K. Proportions Of All Materials Entering Into Concrete Shall Be Of Class “a”. L. Mixture For Concrete Slab: Thickness Of Slab Shall Be 200mm Thick. A Mixture Of Washed Sand, Screened Gravel And Portland Cement. M. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Vi. Wall Installation Use 0.5mm Thk G.i. Rib-type Longspan Prepainted For Wall Cladding And 2” X 4” X 1.5mm X 6m C-purlins For Wall Cladding Framing. Vii. Roofing Works And Framing A. Roofing Must Be 0.5mm Pre-painted Rib-type Long Span With Compatible Ridge Roll, And Fascia With Skylight Roof. B. For Full Truss 1 & 2 And Half Truss 1, Trusses And Rafter Shall Be 2” X 2” X 5mm Thk Angle Bars For Top And Bottom Chord And 1-1/2” X 1-1/2” X 4.5mm Thk Angle Bar For All Web Members. C. For Half Truss 2, Use 2” Ø G.i. Pipe Schedule 40 For All Members. D. For Girt Use 2” X 2” X 5mm Thk Angle Bars For Top And Bottom Chord And 1-1/2” X 1-1/2” X 4.5mm Thk Angle Bar For All Web Members. E. For Fascia Frame Use 1” X 1” X 3/16” Thk Angle Bar For All Members. F. Use 2” X 6” X 1.5mm Thk C-purlins. Please Refer To The Attached Plan For Specifications. G. Fasten Framing Members Together By Welding Or By Using Bolts. Welding Shall Conform To Aws D1.3 Welding Procedure. H. All Metal Surfaces Must Be Metal Primer Red Oxide Painted. Ix. Ceiling Works All Materials Shall Be Of Kind And Size Specified On Plans. Interior And Exterior Ceiling Will Use 0.4mm Thk Spandrel Ceiling With A Carrying Channel, Metal Furring And Wall Angle For Corner As Main Frame. Use Blind Rivets To Fix The Spandrel To The Main Frame. X. Tile Works Tiles Should Be Installed In Comfort Room Using A 0.60m X 0.60m Polished Tiles. For Wall Tiles, Height Should Be 1.5m From The Finished Floor Line. Shall Have Tile Trim At The Edges And Provide Tile Grout Between Tiles. It Should Be Done By A Tile Setter To Ensure Quality Workmanship. Xi. Installation Of Doors A. For Sliding Door, Use G.a. 18 Plain Sheet For Door And 2” Ø G.i. Pipe Schedule 40 For The Frame With Heavy Duty Rack And Complete Accessories Including Installation. B. For Louver Windows, Use 0.5mm Plain Sheet Bended Louver Panels And 2” X 4” Rectangular Tube Framing With Complete Accessories Including Installation. C. For Comfort Room, Use 0.7m X 2.1m Pvc Door With Complete Accessories, Louver, Dr Pad And Lockset, And Use 6mm Thk X 0.4m X 0.6m Clear Glass Window On Analok Aluminum Tubular Frame With Complete Accessories. D. Use 0.9m X 2.1m Swing Panel Door, Kiln Dried Panel Door With 3mm Thk Lead Sheet With Heavy Duty Door Knob And Hinges On 2” X 6” Wooden Door Jamb. E. For Doors And Windows, Use #6, 4.5mm Steel Matting 2” X 2” X 4’ X 8’ And Use 3/16” X 1” X 6m Flat Bar And 2” Ø G.i. Pipe Schedule 40 For Framing. Xii. Plumbing Works All Works Shall Be Done In Accordance With The Provisions Of The Latest Edition Of The Plumbing Code And Local Ordinance. All Works Shall Be Done Under The Direct Supervision Of A Duly Licensed Master Plumber. See Attached Plans For Specifications. A. Use 1"ø Pvc Blue X 3m With Fittings And Accessories For Connection From Main Source Of Water To The Building For The Operation Of Comfort Room. B. Use 1/2"ø Pvc Blue X 3m With Fittings And Accessories For Faucets. C. Use 2"ø Pvc Sanitary X 3m S1000 With Fittings And Accessories For Floor Drain. D. Use 4"ø Pvc Sanitary X 3m S1000 With Fittings And Accessories For Septic Tank. Xiii. Painting Works I. Complete Painting Covers All Concrete Surfaces And Other Interior Parts Except Otherwise Specified. Ii. Apply Three (3) Coats As Paint Follows: 1st Coat = Sealer 2nd Coat = Primers 3rd Coat = Color Selected And Approved (2 Coats) Iii. Paint Shall Be Thoroughly Dry Before Applying The Succeeding Coat No Exterior Painting Shall Be Done With The Surface To Be Applied Is Damp Or During Rainy Weather Iv. Proper Works At All Times By Suitable Materials As Work Progress, Upon Completion Of Work, Remove All Paints Stains And Varnish Spots From Floors And Other Surfaces, Leave Work Clean And In Acceptable Condition. B. Construction Of Catch Basin And Septic Tank I. Excavation Foundation Trench Shall Be Dug To The Exact Width And Depth And Levels As Indicated In The Drawings. Sides Of The Trenches Shall Be Vertical. In Case Soil Does Not Permit Vertical Sides, The Contractor Shall Protect The Sides With Timber Shoring. Excavated Earth Shall Not Be Placed Within 1.5 Meter Of The Edge Of The Trench. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Ii. Concrete, Masonry And Plastering Works A. General: All Concrete Works To Be Done Herein Shall Be In Accordance With Aci Requirement And/ Or Standard Specifications As Adopted By The Government. B. Cement Shall Be Portland Cement (type1) With 40 Kgs/bag. C. Fine Aggregates Shall Be Clean Hold River Sand, Free From Injurious Amount Of Clay, Loam And Vegetable Matter. D. Coarse Aggregates Shall Be River Run Gravel Or Broken Stones. The Maximum Size Shall Be 1/5 Of The Nearest Dimensions Between Side Forms Of The Concrete Members Or ¾ The Maximum Clear Spacing Between Reinforcing Bars. E. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi) F. The Wires Shall Be Locally Produced G.i. Wire Gauge No. 16. G. Placing Reinforcement Provide Bars, Wire Fabrics, Wire Ties, Supports And Other Devices Necessary To Install And Secure Reinforcement. Reinforcement Shall Not Contain Rust, Scale Oil, Grease Clay And Foreign Substances That Would Reduce The Bond. Rusting Of Reinforcement Is A Basis Of Rejection If The Effective Cross-sectional Area Of The Normal Weight Per Foot Of The Reinforcement Has Been Reduced To Less Than Specified In Paragraph Entitled “reinforcing Bars”. Remove Loose Rust Prior To Placing Of Steel. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. Concrete Hollow Blocks: 1. For Walls And Partitions, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. I. All Concrete Cured For Least Seven (7) Days To Twenty-eight (28) Days If Possible After Placement To Attain The Required Strength Of Concrete. J. Removal Of Forms: Forms Shall Be Removed In Such A Manner As Not To Impair The Safety And Serviceability Of The Structures. K. Proportions Of All Materials Entering Into Concrete Shall Be Of Class “b”. L. Mixture For Concrete Slab: Thickness Of Slab Shall Be 100mm Thick. A Mixture Of Washed Sand, Screened Gravel And Portland Cement. M. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Iii. Pipings Use 6” Ø Pvc Sanitary Pipe X 3m S1000 With Complete Fittings And Accessories. It Should Be Installed By A Skilled Plumber To Ensure Quality Workmanship. Please Refer To The Attached Plan For Specifications. C. Installation Of Logo Use 1.5m Ø X 4” Thk Stainless 202 Round Logo For The Iloilo Provincial Government Seal With Installation. It Should Be Installed By A Skilled Worker To Ensure Quality Workmanship. Please Refer To The Attached Plan For Specifications. D. Installation Of Electrical Works And Fire Alarm System Electrical Works The Electrical Installation Shall Be Done In Accordance With The Approved Plans And Under The Direct Supervision And Control Of A Professional Electrical Engineer And Or Registered Electrical Engineer. 1. All Electrical Works And Materials Shall Conform To The Provisions Of The Latest Edition Of The Philippine National Electrical Code. The Rules, Regulations And Requirements Of The Local Authorities That Have Jurisdiction Over The Project, And Of The Local Utility Companies For Electrical And Communication. 2. Power Service To The Building Shall Be 230 Vac, 3ø + Ground, & 60hz 3. Unless Otherwise Indicated, All Wiring Method Shall Be Done In Rigid Steel Conduit (rsc), Condulet Fittings & Metal Boxes. 4. All Electrical Materials/equipment To Be Used Shall Be New And Of The Approved Type In Accordance With Drawings And Specifications For Both Location And Purpose. 5. Unless Otherwise Specified In The Plans, The Minimum Size Of The Wire And Conduit To Be Used Shall Be 3.5mm2 Thhn And 20mmø, Respectively. All Wires Shall Be Insulated For 600v And Except As Specified In The Plan. 6. All Non-current Carrying Metal Parts Of Electrical Equipments, Panel Board & Other Devices Shall Be Effectively Bonded To The Ground. 7. The Entire Electrical Works Herein Shall Be Done Under Direct Supervision Of A Competent Registered Electrical Engineer. 8. Where So Required, Provide All Fittings, Condulets/boxes For All Systems. 9. Use Wire With Color Red For Line 1, Yellow For Line 2, Blue For Line 3, And Green For Line Ground. 10. Electrical Works/system Shall Be Commissioned With The Present Of Project Engineer. Fire Alarm System 1. Installation Of Fire Detection And Alarm System (fdas) Will Be In Accordance With The National Fire Protection Association (nfpa) 72 And 70 And Local Fire Code Of The Philippines. 2. All Wiring Will Be In Accordance With Fdas Manufacturer’s Recommendations To Properly Conduct The Circuit Current: -awg #16 Tf Wire Signaling Line Circuit -awg #16 Tf Wire 24vdc Auxiliary Circuit 3. Smoke Detectors And Heat Detectors Are To Be Installed According To The Recommended Spacing As Per Nfpa 72 And Manufacturer’s Listing: -smoke Detector 9.1m (area Coverage 0.7 Times Listed Spacing) -heat Detector 13.9m (area Coverage 0.7 Times Listed Spacing) 4. All Audible Devices Is At Least 15dba Above The Average Ambient Sound 5. Wiring Method Will Be In Electrical Metal Tubing (imc) And All Electrical Box Are Galvanized Ga #16 Minimum. 6. All Materials To Be Used Are New And Will Be Installed In Application For Which They Are Intended. Section Vii. Drawings Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 24-1528-b Item Description Quantity Unit Unit Cost Total Cost No. A. Construction Of Warehouse I. Mobilization/demobilization 1.00 L.s. Pesos And Ctvs. (p ) / L.s. P Ii. Clearing, Grubbing & Staking 1080.00 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Iii. Excavation Works 265.90 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Iv. Backfilling 155.38 Cu.m. Pesos And Ctvs. (p ) / Cu.m P V. Embankment With Compaction 2067.00 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Vi. Concrete Works A. Concreting 349.07 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Item Description Quantity Unit Unit Cost Total Cost No. B. Gravel Bedding 151.01 Cu.m. Pesos And Ctvs. (p ) / Cu.m. P C. Steelworks 28,624.00 Kgs. Pesos And Ctvs. (p ) / Kgs. P D. Formworks 1,415.66 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Vii. Masonry Works 186.12 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Viii. Plastering Works 1,249.04 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Ix. Wall Installation 764.47 Sq.m. Pesos And Ctvs. (p ) /sq.m. P X. Roof Framing 17,556.15 Kgs. Pesos And Ctvs. (p ) /kgs. P Xi. Roofing Works 619.50 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Xii. Ceiling Works 22.33 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Xiii. Tile Works 14.38 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Xiv. Installation Of Doors And Windows A. Sliding Door (4.95m X 4.8m, 3.00 Units Pesos G.a. 18 Plain Sheet And 2” Ø G.i. Pipe S-40) W/ Heavy Duty Rack And Complete Accessories With Installation And Ctvs. (p ) /unit P B. Louver Windows (4.7m X Tube 18.00 Units Pesos 0.6mm, 2” X 4” Rectangular Framing And 0.5mm Plain Sheet Bended Louver Panels) W/ Complete Accessories With And Ctvs. Installation (p ) /unit P C. Panel/pvc/steel Matting Door 13.65 Sq.m. Pesos And Window And Clear Glass Window Installation And Ctvs. (p ) /sq.m. P Xv. Plumbing Works 1.00 L.s. Pesos And Ctvs. (p ) /l.s. P Xvi. Painting Works 3,727.18 Sq.m. Pesos And Ctvs. (p ) /sq.m. P B. Construction Of Catch Basin And Septic Tank I. Excavation Works 16.86 Cu.m. Pesos And Ctvs. (p ) /cu.m. P Ii. Concrete Works A. Concreting 3.30 Cu.m. Pesos And Ctvs. (p ) /cu.m. P B. Steel Works 178.00 Kgs. Pesos And Ctvs. (p ) /kgs. P C. Formworks 21.90 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Iii. Masonry Works 40.60 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Iv. Plastering Works 77.90 Sq.m. Pesos And Ctvs. (p ) /sq.m. P V. Pipings 1.00 L.s. Pesos And Ctvs. (p ) /l.s. P C. Installation Of Logo (1.5m Ø X 4” Thk Stainless 202 Round Logo With Installation) 1.00 L.s. Pesos And Ctvs. (p ) /l.s. P D. Installation Of Electrical Works & Fire Alarm System I. Installation Of Primary Lines, & 1.00 L.s. Pesos Metering & Three (3) Units Of 25 Kva Distribution Transformers (ileco Ii Works Recommended Materials) And Ctvs. (p ) /l.s. P Ii. Secondary Power Distribution 1.00 L.s. Pesos System And Ctvs. (p ) /l.s. P Iii. Fire Alarm System 1.00 L.s. Pesos And Ctvs. (p ) /l.s. P Total Bid Cost In Figures P Total Bid Cost In Words Summary Of Costs Item No. Bid Amount A. Construction Of Warehouse I. Mobilization/demobilization ₱ _____________________________ Ii. Clearing, Grubbing & Staking ₱ _____________________________ Iii. Excavation Works ₱ _____________________________ Iv. Backfilling ₱ _____________________________ V. Embankment With Compaction ₱ _____________________________ Vi. Concrete Works A. Concreting ₱ _____________________________ B. Gravel Bedding ₱ _____________________________ C. Steelworks ₱ _____________________________ D. Formworks ₱ _____________________________ Vii. Masonry Works ₱ _____________________________ Viii. Plastering Works ₱ _____________________________ Ix. Wall Installation ₱ _____________________________ X. Roof Framing ₱ _____________________________ Xi. Roofing Works ₱ _____________________________ Xii. Ceiling Works ₱ _____________________________ Xiii. Tile Works ₱ _____________________________ Xiv. Installation Of Doors And Windows A. Sliding Door (4.95m X 4.8m, G.a. 18 Plain Sheet And 2"ø G.i. Pipe S-40) W/ Heavy Duty Rack And Complete Accessories With Installation ₱ _____________________________ B. Louver Windows (4.7m X 0.6m, 2" X 4" Rectangular Tube Framing And 0.5mm Plain Sheet Bended Louver Panels) W/ Complete Accessories With Installation ₱ _____________________________ C. Panel/pvc/steel Matting Door And Window And Clear Glass Window Installation ₱ _____________________________ Xv. Plumbing Works ₱ _____________________________ Xvi. Painting Works ₱ _____________________________ B. Construction Of Catch Basin And Septic Tank I. Excavation Works ₱ _____________________________ Ii. Concrete Works A. Concreting ₱ _____________________________ B. Steelworks ₱ _____________________________ C. Formworks ₱ _____________________________ Iii. Masonry Works ₱ _____________________________ Iv. Plastering Works ₱ _____________________________ V. Pipings ₱ _____________________________ C. Installation Of Logo ₱ _____________________________ D. Installation Of Electrical Works & Fire Alarm System I. Installation Of Primary Lines, Metering & Three (3) Units Of 25 Kva Distribution Transformers (ileco Ii Works & Recommended Materials) ₱ _____________________________ Ii. Secondary Power Distribution System ₱ _____________________________ Iii. Fire Alarm System ₱ _____________________________ Total Bid Amount ₱ _____________________________ Section Ix. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided Under The Rules; And ⬜ (d) Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (h) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (i) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (k) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (l) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ Cash Flow By Quarter. Bid Form For The Procurement Of Infrastructure Projects [shall Be Submitted With The Bid] Bid Form Date : Project Identification No. : To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: A. We Have No Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Project: [insert Name Of Contract]; B. We Offer To Execute The Works For This Contract In Accordance With The Pbds; C. The Total Price Of Our Bid In Words And Figures, Excluding Any Discounts Offered Below Is: [insert Information]; D. The Discounts Offered And The Methodology For Their Application Are: [insert Information]; E. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein And Reflected In The Detailed Estimates, F. Our Bid Shall Be Valid Within A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; G. If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The Allowable Forms Of Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines12 For This Purpose; H. We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; I. We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And J. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. K. We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute 12 Currently Based On Gppb Resolution No. 09-2020 And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The [name Of Project] Of The [name Of The Procuring Entity]. L. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] Republic Of The Philippines) City Of ) S.s. Bid Securing Declaration Project Identification No.: [insert Number] To: [insert Name And Address Of The Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republic Of The Philippines ) City/municipality Of ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date29 Oct 2024
Tender AmountPHP 20 Million (USD 348.5 K)

DEPT OF THE NAVY USA Tender

United States
Details: Contact Information|4|n761.34|n00383|2156973608|tara.b.kupperstein.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 |n/a|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 (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|336413|1250||||||||||| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| this Request For Quote (rfq) Is For The Repair Of: nsn: 1680 015612430 quantity: 2 Ea if A Firm Fixed Price (ffp) Cannot Be Determined, Please Inform The Pco. 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: ## 605 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. A Throughput Of ## 2 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. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. early And Incremental Deliveries Accepted And Preferred. 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 Articles To Be Furnished Hereunder Shall Be Repaired, Tested And Inspected In Accordance With The Terms And Conditions Specified In The Requirements Section Of This Document. 1.2.1 Any Item Contracted For Repair Shall Have A Statement Of Work To Ensure Compliance With All Repair Procedures And Requirements. repair Of: purge Mode Valve,ai ;1680-01-561-2430; Nsn , ;422525; Part Number, Shall Be Performed Iaw: Purge Mode Valve,ai ;latest Applicable Repair; Publication (s). 1.2.2 There Will Be No Repair Deviation From The Approved Written Procedures Without Review And Acceptance By The Basic Design Engineer. All Requests For Waiver/deviation Shall Be Via Form 1694 Routed Throught The Local Dcma/aco Office For Review And recommendations Via Form 1998. 1.3 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document. 1.4 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. 1.5 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. 1.6 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: purge Mode Valve,ai ;422525; P/n, ;1680-01-561-2430; Nsn, ;latest Applicable Repair ; 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. purge Mode Valve,ai ;northrop Grumman; Company Name , ;2000 W Nasa Blvd, Melbourne, Fl, 32904-2322; Address , ;(70974); 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 Soon21 Oct 2024
Tender AmountRefer Documents 

City Of Bais Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Various Improvement Of Evacuation Center, City Disaster Risk Reduction Management Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 629-24 Php 2,316,740.00 1 20 Lgth Tubular Bi Steel Section, 50mm X 50mm X 1.5mm Thk X 6.0m Lgth 2 6 Lgth Tubular Bi Steel Section, 50mm X 100mm X 1.5mm Thk X 6.0m Lgth 3 60 Lgth Tubular Bi Steel Section, 50mm X 25mm X 1.5mm Thk X 6.0m Lgth 4 30 Lgth Angle 40mm X 40mm X 5mm Thk X 6.0m Lgth 5 20 Lgth Angle 50mm X 50mm X 5mm Thk X 6.0m Lgth 6 10 Lgth Pipe, Gi, Nps 50mm Ø (2" Ø) X 6.0m Lgth S40 7 50 Lgth Pipe, Gi, Nps 40mm Ø (1 1/2" Ø) X 6.0m Lgth S40 8 2 Lgth Pipe, Gi, Nps 25mm Ø (1" Ø) X 6.0m Lgth S40 9 85 Lgth Steel Bar, Round 16mm Ø X 6.0m Lgth 10 50 Pcs Cutting Disc, Ultra Thin 100mm 11 50 Pcs Hacksaw Blade, 12" X 18tpi, Hss Alllhard 12 20 Pcs Grinding Disc For Metal, Depressed Center, Aluminum-oxide, 100 Mm Ø 13 100 Kilo Welding Electrode, 1/8" Ø, E6013 14 8 Can Roofing Sealant, High Grade, 1/2l/can 15 8 Set Marine Epoxy, 1/2l/can 16 10 Sheet Roofing Sheet, Longspan Rib22 1.0m X 10" X 0.40mm Thk 17 350 Pcs Chb 4" 18 100 Bags Portland Cement 19 16 Cu.m. Fine Aggregate (sand), 4.75mm Ø Max Size 20 150 Lgth Deformed Bar, 10mm Diameter X 6.0m Length 21 20 Kilo Gi Tie Wire, #16 22 415 Pcs Polished Tile, 600mm X 600mm Beige 23 10 Sheet Marine Plywood, 4' X 8', 1/2" Thk 24 40 Sheet Marine Plywood, 4' X 8', 1/4" Thk 25 20 Pcs. S4s Good Lumber, 2" X 3" X 10' 26 50 Pcs. S4s Good Lumber, 2" X 2" X 10' 27 20 Kilo Cwn 4" 28 20 Kilo Cwn 2" 29 10 Kilo Cwn 1" 30 6 Pcs Tile Cutter Wheel (dry) 100mm Ø 31 10 Pack Tile Grout (2 Kilo/pack) Beige 32 10 Gallon Paint, Flat Wall Enamel, Alkyd-based 33 3 Can Paint Thinner (3l/can) 34 20 Gallon Paint, Acrylic Semi-gloss, Water-based Paint (white Wash/tulle White) 35 60 Gallon Paint, Acrylic Semi-gloss, Water-based Paint (white) 36 12 Gallon Paint, Single Complonent Zinc Phosphate, Anti-corrosive Metal Primer 37 10 Gallon Paint, Odourless Qde, Water-based (suede/light Tan) 38 6 Gallon Paint, Odourless Qde, Water-based (black) 39 20 Gallon Paint, Acrylic Flat Latex, Water-based Paint (white) 40 30 Gallon Paint, Acrylic Flat Latex, Water-based Paint (black) 41 10 Gallon Paint, Roofing, Water-based Paint (spanish Red) 42 20 Gallon Paint, Roofing, Water-based Paint (baguio Green) 43 100 Can Paint, Latex Tinting Color Burnt Siena 1/4 L/can 44 100 Can Paint, Latex Tinting Color Raw Siena 1/4 L/can 45 20 Can Paint, Latex Tinting Lampblack 1/4 L/can 46 6 Can Acrytex Primer 47 4 Can Acrytex Cast 48 10 Can Acrytex Reducer 49 8 Set Paint Roller 7-inch With Pan 50 10 Pcs Paint Brush 2" 51 10 Pcs Paint Brush 1" 52 10 Pcs Paint Brush 4" 53 100 Pcs Sand Paper Waterproof # 120 54 100 Pcs Sand Paper Waterproof # 160 55 70 Sets Led High Bay, Daylight, 90-265v, 200w, 1800 Lumins, Cri ≥ 70, 25000 Burning Hrs 56 3 Rolls Tw Copper Wire # 10 Awg (5.5 Mm²) 57 2 Rolls Tw Copper Wire # 12 Awg (3.5 Mm²) 58 3 Rolls Tw Copper Wire # 14 Awg (2.0 Mm²) 59 30 Pcs Utility Box, 2" X 4" 60 25 Pcs Junction Box W/ Cover & Screws 61 20 Pcs Pvc Pull Box Complete With Cover. 62 6 Rolls Flexible Hose Pvc, 1/2" X 100m 63 10 Pcs Circuit Breaker W/ Inclosure, 30a 64 10 Pcs Circuit Breaker W/ Inclosure, 20a 65 30 Pcs Led Parlamp E27, 12w-15w, 180 - 265v, Daylight 66 10 Pcs Led Bulb E27, 12w-15w, 180 - 265v, Daylight 67 30 Pcs Weatherproof Heavy Duty Par Lamp Holder 68 10 Rolls Heat-resistant Adhesive Cloth Fabric Tape Wiring Loom, 19mm X 25m 69 10 Rolls Electrical Vinyl Tape, Flame Retardant, Professional Grade, 3/4" X 66' X 0.007", 600v @ 80° C Rating 70 2 Set Centrifugal Pump Shaloow Deep Well Intake/ Suction Connection: 1 1/4” Npt Suction Discharge Connection: 1” Npt Discharge Impeller, Glass Filled Noryl®. Corrosion And Abrasion Resistant. Voltage 115/230v Single Phase, 1 1/2 Hp Max Flow Rate 24.7 Gpm @ 10 Feet 71 2 Set Centrifugal Pump Shallow Well Intake/ Suction Connection: 1 1/2" Npt Suction Discharge Connection: 1 1/2” Npt Discharge Impeller, Glass Filled Noryl®. Corrosion And Abrasion Resistant. Voltage 230v Single Phase, 2 Hp Max Flow Rate 77 Gpm @ 10 Feet Tdh Range: 95 To 126 Feet 72 3 Set Magnetic Contactor 220vac, With Overload Relay, Contactor Rating 9a, Overload Relay 2.5-4.0a With Enclosure 73 8 Pcs Gate Valve, Brass, 1 1/2" Heavy Duty, 150psi 74 8 Pcs Gate Valve, Brass, 1" Heavy Duty, 150psi 75 8 Pcs Swing Check Valve, Brass, 1 1/2" Heavy Duty 76 8 Pcs Gi Union Patente Waterline Fiiting, 1 1/2" 77 6 Pcs Gi Union Patente Waterline Fiiting, 1" 78 10 Pcs Gi Pipe Nipple, 1 1/2" X 6", Sch 40 79 6 Pcs Gi Tee, 1 1/2", Sch 40 80 6 Pcs Gi Reducing Bushing, 1 1/2" X 1" 81 8 Pcs Stainless Nipple, 1" Dia X 2" 82 4 Pcs. Pressure Gauge For Water Line, 0-100psi 83 4 Pcs. Pressure Gauge For Water Line, On 20psi, Off 40psi 84 4 Pcs. Tank Water Level Controller Control Float Switch,3m Cable, 230v, 10a 85 20 Pcs. Stainless Heavyduty Flexible Hose, 16" Length (1/2" X 1/2") 86 6 Set Stainless (304) Shower Set; With Shower Head Set, With Hose And Holder And Two Way Faucet 87 20 Pcs. Stainless (304) One Way Angle Valve (1/2" X 1/2") 88 10 Pcs. Stainless (304) Two Way Angle Valve (1/2" X 1/2" X 1/2") 89 4 Pcs. Stainless (304) Bidet Toilet Sprayer And Hose 90 20 Pcs. Stainless (304) Urinal Flush Valve 91 10 Pcs. Floor Drain, Anti-clogging, 4" X 4" Stainless (304) 92 20 Lgth Ppr Pipe Pn20, 20mm Ø Nominal X 4.0m 93 30 Pcs. Ppr Elbow Pn20, 20mm Ø 94 20 Pcs. Ppr Elbow Pn20, 25mm Ø 95 10 Pcs. Ppr Coupling Pn20, 20mm Ø 96 10 Pcs. Ppr Coupling Pn20, 25mm Ø 97 10 Pcs Ppr Tee Pn20, 20mm Ø 98 8 Pcs Ppr Tee Pn20, 25mm Ø 99 8 Pcs. Ppr Coupling Reducer Pn20, 25mm X 20mm 100 10 Pcs. Ppr Threaded Female Elbow W/ Brass Pn20, 20mm 101 10 Pcs. Ppr Threaded Female Tee W/ Brass Pn20, 20mm 102 10 Pcs. Ppr Threaded Female Adapter Coupling W/ Brass Pn20, 20mm 103 10 Pcs. Ppr Threaded Male Adapter Coupling W/ Brass Pn20, 20mm 104 10 Pcs. Ppr Threaded Female Adapter Coupling W/ Brass Pn20, 25mm 105 10 Pcs. Ppr Threaded Male Adapter Coupling W/ Brass Pn20, 25mm 106 15 Pcs. Ppr Threaded Male Union Pn20, 25mm 107 15 Pcs. Ppr Threaded Male Union Pn20, 20mm 108 15 Pcs. Ppr Threaded Female Union Pn20, 25mm 109 15 Pcs. Ppr Threaded Female Union Pn20, 20mm 110 10 Pcs. Ppr Gate Valve Pn20, 25mm 111 10 Pcs. Ppr Gate Valve Pn20, 20mm 112 2 Pcs. Pvc Pipe Blue Reducer, 2" X 1" 113 2 Lgth Pvc Pipe Blue 1" X 3m 114 10 Lgth Sanitary Pipe Pvc, S-1000, 100mmø X 3.0 115 10 Lgth Sanitary Pipe Pvc, S-1000, 50mmø X 3.0 116 4 Pcs Sanitary Tee Pvc, S-1000, 100mmø 117 2 Pcs Sanitary Elbow Pvc, S-1000, 100mmø 118 4 Pcs Sanitary Wye Pvc, S-1000, 100mmø 119 5 Pcs Sanitary Coupling Pvc, S-1000, 100mmø 120 6 Pcs Sanitary Clean-out Pvc, S-1000, 100mmø 121 10 Pcs Sanitary Tee Pvc, S-1000, 50mmø 122 10 Pcs Sanitary Elbow Pvc, S-1000, 50mmø 123 10 Pcs Sanitary Coupling Pvc, S-1000, 50mmø 124 4 Can Pvc Pipe Cement, 400cc 125 50 Pcs Teflon Tape Pipe Thread Seal Tape, 1" X 10m 126 2 Set Hacksaw Frame 12" Aluminum Handle (professional) Front Grip Type Adjustable 127 20 Pcs Hacksaw Carbon Steel Blade Hd (12") The Approved Budget For The Contract Is To Be Taken From Improvement Of Evacuation Center And Multi-purpose Facility (res. No. 485 Series 2024 Ordinance No. 36). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On October 8, 2024, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On October 22, 2024 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Atty. Romela Mae L. Napao City Administrator Chair, Bids And Awards Committee
Closing Soon22 Oct 2024
Tender AmountPHP 2.3 Million (USD 40.3 K)

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Contact Information|4|n761.36|p1d|2156975722|liem.m.phan@navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8||||||||| inspection And Acceptance Of Supplies|26||||||||||||||||||||||||||| 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|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||| integrity Of Unit Prices (nov 2021)|1|| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery 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 (oct 2024)|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|1250||||||||||| type Of Contract (apr 1984)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein. early And Incremental Deliveries Accepted. \ 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 Articles To Be Furnished Hereunder Shall Be Repaired, Tested And Inspected In Accordance With The Terms And Conditions Specified In The Requirements Section Of This Document. 1.2.1 Any Item Contracted For Repair Shall Have A Statement Of Work To Ensure Compliance With All Repair Procedures And Requirements. repair Of: monitor System,airc ;1680 017030678; Nsn , ;123av92020-5; Part Number, Shall Be Performed Iaw: Monitor System,airc ;latest Applicable Repair Technical; Publication (s). 1.2.2 There Will Be No Repair Deviation From The Approved Written Procedures Without Review And Acceptance By The Basic Design Engineer. All Requests For Waiver/deviation Shall Be Via Form 1694 Routed Throught The Local Dcma/aco Office For Review And recommendations Via Form 1998. 1.3 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document. 1.4 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. 1.5 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. 1.6 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: monitor System,airc ;123av92020-5; P/n, ;1680 017030678; Nsn, ;latest Applicable Repair; 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. monitor System,airc ;northrop Grumman; Company Name , ;northrop Grumman Systems Corp D/b/a Integrated Systems 2000 W Nasa Blvd Melbourne State: Fl Zip: 32904-2322; address , ;(70974); 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 Date18 Nov 2024
Tender AmountRefer Documents 

Municipality Of Tuba, Benguet Tender

Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Details: Description Invitation To Bid For The Supply And Delivery Of Supplemental Office Supplies Project Id No. 2024-10-080 1. The Municipality Of Tuba, Through The Budget For The Contract Approved By The Sanggunian Under Supplemental Budget No. 2 Cy 2024 Intends To Apply The Sum Of Four Hundred Thirty-three Thousand Three Hundred Sixty-two Pesos And 16/100 (php 433,362.16) For The Supply And Delivery Of Supplemental Office Supplies With Identification No. 2024-10-080 Being The Abc To Payments Under The Contract For 1 Lot. Bids Received In Excess Of The Abc For Lot Shall Be Automatically Rejected At Bid Opening. Specification: Item No Unit Item Description Qty. Unit Cost Total Cost Mayor's Office: Pr No. 2024-08-829 - 1 Pack Metal Bulldog Clips, 50mm, 12pcs/pack 30 150.00 4,500.00 2 Pack Aa Battery, Per Pair 3 120.00 360.00 3 Pack Specialty Board Paper, Long, Cream, 180 Gsm, 10pcs/pack 20 38.00 760.00 4 Ream Specialty Paper, Short, Color: Pale Cream, Board Thick - 120 Gsm, 500 Sheets/ream 1 650.00 650.00 5 Pc Retractable/roller Ball Pen Grip Sign Pen, Tip: Stainless Steel Pipe, Ball Diameter: 1.0mm, Blue-15; Black - 15 (for Lce) 30 80.00 2,400.00 6 Pack Pressboard Expandable Folder, Long, 100 Pcs Per Pack 2 425.00 850.00 7 Pc Sticky Note/memo Pad, Atleast 101 X 76 Mm /3 X 4 Inches, Easily To Stick Peel Cleanly, 100 Sheets, 4 Colors In One Pad 20 55.00 1,100.00 8 Pc Masking Tape, 2" 5 82.00 410.00 9 Ream Bond Paper, Short, 70 Gsm 50 225.00 11,250.00 Sub-total 22,280.00 Mcro: Pr No. 2024-08-832 - 1 Pc Magazine File For Legal Documents, Wiremesh 5 170.00 850.00 2 Pc Ink No. 008 For Epson Printer 15160, Black, 127 Ml 4 1,200.00 4,800.00 3 Pc Ink No. 008 For Epson Printer 15160, Magenta, 70ml 2 1,000.00 2,000.00 4 Pc Ink No. 008 For Epson Printer 15160, Cyan 2 1,000.00 2,000.00 5 Pc Ink No. 008 For Epson Printer 15160, Yellow 2 1,000.00 2,000.00 6 Pc Plastic Cover, Size A4 45 12.00 540.00 Sub-total 12,190.00 Mbo: Pr No. 2024-08-838 - 1 Box Fastener - Vinyl Coated, 50/box 10 94.00 940.00 2 Pc File Storage Box - With Cover, Heavy Duty 10 600.00 6,000.00 3 Box Paper Clip - Vinyl Coated, Small, 100s/box 20 19.00 380.00 4 Pc Stamp - Rubber, With Date And "received" 3 400.00 1,200.00 5 Pack Specialty Paper - Long, Cream, 200 Gsm, 10 Pcs/pack, Linen 30 60.00 1,800.00 Sub-total 10,320.00 Mo-cas: Pr No. 2024-08-848 - 1 Box Retractable Ballpen, Gel Pen, Fine 0.5, Black, 12pcs/box 1 349.00 349.00 2 Pack Specialty Paper 10pcs/pack, Legal Size, 8.5x13, Cream, 120 Gsm 15 70.00 1,050.00 3 Pack Specialty Paper 10 Pcs/pack, Letter Size, Cream, 120 Gsm 15 65.00 975.00 4 Pack Specialty Paper 10 Pcs/pack, A4 Size, Cream, 120 Gsm 10 65.00 650.00 5 Pack Specialty Paper 10 Pcs/pack, Letter Size, Cream, 90 Gsm 15 60.00 900.00 6 Pack Specialty Paper 10 Pcs/pack, A4 Size, Cream, 90 Gsm 10 65.00 650.00 7 Unit Headset, Wired, Black, Lightweight, With Microphone, Compatible To Pc Or Mobile Phone, With Controls Mic On/off, Volume Up/down, Usb Port & Jack 1 2,000.00 2,000.00 8 Pc Hdmi Connector For Projector, 3 Meters, Heavy Duty 1 2,000.00 2,000.00 9 Pc Glue Stick 2 68.00 136.00 10 Pc External Hard Drive Connector Cable, Usb 3.0 Compatible To Toshiba 1 400.00 400.00 11 Pc "self-inking Rubber Stamp - Name Stamp: 1. Jonelyn S. Menzi 2. Kristalyn A. Saingan" 2 400.00 800.00 Sub-total 9,910.00 Mto: Pr No. 2024-08-862 - 1 Pc Push Pins, Hammer Head Type 10 59.00 590.00 2 Pc Ruler 12'', Heavy Duty Steel 14 89.00 1,246.00 3 Pc Stamp Pad Felt 4 59.00 236.00 4 Pc Overhead Projection Marker, Fine Line, Permanent Water Resistant, (for Inventory Tags) 24 80.00 1,920.00 5 Pc Clipboard With Cover, Long, Blue, Heavy Duty 14 120.00 1,680.00 6 Pc Clear Book, 60 Pockets, Long 14 100.00 1,400.00 7 Pc Rubber Stamp 3 1,000.00 3,000.00 Sub-total 10,072.00 Mto: Pr No. 2024-08-863 1 Cart Ribbon Cartridge For Epson Lx310, Genuine 10 529.00 5,290.00 2 Bottle Ink, Compatible To Epson Printer 003, Set Of Magenta, Cyan And Yellow 10 1,500.00 15,000.00 3 Bottle Ink, Compatible To Epson Printer 003, Black 20 500.00 10,000.00 Sub-total 30,290.00 Macco: Pr No. 2024-08-870 1 Pcs Arch File Horizontal Long, (color Blue) 500 145.00 72,500.00 2 Box Bulldog Clip (per Dozen) - 3" Rustproof 3 200.00 600.00 3 Pc Clearbook - Color Blue 20 60.00 1,200.00 4 Pc Clipboard (long, Plastic With Cover- Black) 22 100.00 2,200.00 5 Pc Folder Slide Black, Per Dozen 5 80.00 400.00 6 Pc Magazine File Legal Size Color Blue 6 125.00 750.00 7 Pc Ruler Metal, 12" 2 70.00 140.00 8 Pc Self-inking Name Stamp. Employee Names With Their Respective Positions (pls. Coordinate With The End User) 9 450.00 4,050.00 9 Pc Self Inking Date Stamp (received With Date And Office) (pls. Coordinate With The End User) 2 500.00 1,000.00 10 Pc Stamp Wooden For Dtr Purposes (sat, Sun, Diff Types Of Leaves And Others) 1 500.00 500.00 11 Pc Sticky Notes 50 Sheets Per Pack(transparent/translucent) (2.8 In X 2.8in) 5 50.00 250.00 12 Pc Storage Box Brown, Collapsible Heavy Duty 50 125.00 6,250.00 13 Pc Storage Box Plastic 50l- With Wheels 10 620.00 6,200.00 14 Pc Storage Box Plastic 95l- With Wheels 10 750.00 7,500.00 Sub-total 103,540.00 Mo-vet: Pr No. 2024-09-881 1 Box Binder Clip 1/2" Width 1 Dozen/box 10 52.00 520.00 2 Box Blue Vinyl/nitrate Blend Gloves, Powder Free, 100s/box 10 500.00 5,000.00 3 Pack Photo Paper, A4, 230 Gsm, 20 Sheets/pack, No Backprint 3 238.00 714.00 4 Ream Bond Paper, Multipurpose, Short, 80 Gsm 6 225.00 1,350.00 5 Pack Specialty Paper, 200gsm, Cream, Short 10pcs/pack 3 74.00 222.00 6 Pack Specialty Paper, 200gsm, Cream A4 10pcs/pack 3 74.00 222.00 7 Pack Sticker Paper, A4, Glossy, Waterproof, 10 Sheets/pack 2 59.00 118.00 8 Pc Mesh Desk Organizer 3 Tier Desktop Document Letter Metal Magazine Case (3column) 6 500.00 3,000.00 9 Pc Wireless Slim Portable Keyboard 2.4 Ghz 3 1,200.00 3,600.00 10 Pc Wireless Mouse Bluetooth/2.4g/ Type C- 500mah Battery 3 1,400.00 4,200.00 11 Pc 4 Layer Metal File Tray File Holder Organizer 6 550.00 3,300.00 12 Pc 55l Foldable Multifunctional Storage Box Waterproof Storage Box With Wooden Lid And Handle 8 980.00 7,840.00 13 Pc Expanding Envelope Long, Brown 40 32.50 1,300.00 14 Pc Pvc Clip Board 13-1/2"x9" (black) 20 100.00 2,000.00 Sub-total 33,386.00 Meo: Pr No. 2024-09-917 1 Box Paper Fastener, Plastic, Two Hole Loose Leaf Binding Clips, File Buckle Puncher Clip, 50pcs/box 3 750.00 2,250.00 2 Packs Special Paper, 200 Gsm, Pale Cream, 10 Pcs Per Pack 55 50.00 2,750.00 Sub-total 5,000.00 Mo-mcpc: Pr No. 2024-09-937 - 1 Pc Certificate Holder, Short, Double Sided Certificate, Black/blue Color 40 75.00 3,000.00 Sub-total 3,000.00 Mo-bac: Pr No. 2024-09-938 1 Pc Folder, Expanding Long 200 50.00 10,000.00 2 Bottle Computer Ink Compatible To The Printer L3210, Black 20 389.00 7,780.00 3 Pc Bulldog Paper Clips, 75mm, Stainless 30 35.00 1,050.00 4 Pc Bulldog Paper Clips, 50mm, Stainless 20 30.00 600.00 Sub-total 19,430.00 Mhso: Pr No. 2024-09-970 1 Pc Laminating Film, 8.5x13in, 100s/pack 2 500.00 1,000.00 2 Pc Nameplate, Table Top, Acrylic With Wooden Base 8 350.00 2,800.00 3 Box Paper Clip, Vinyl Coated, Small, 100s/box 20 19.00 380.00 4 Pack Tissue, 3 Ply, 10 Rolls/pack, 190 Grams, Unscented, With Tea Tree Exctract 132 400.00 52,800.00 5 Pc Monoblock Chair, Strong Solid Plastic, Can Carry Up To 200kg, Color Green, Engraved With "tuba Mhso" 100 505.00 50,500.00 6 Pack Paper Cup, 16 Oz, Plain White, 50 Pcs/pack 60 107.00 6,420.00 Sub-total 113,900.00 Mo-mdrrmo: Pr No. 2024-09-1010 1 Box Ballpen, Black 12s 2 349.00 698.00 2 Box Ballpen, Blue 12s 2 349.00 698.00 3 Box Signpen, 0.5mm Ball Needle Point, Black, 12pcs/box 2 832.04 1,664.08 4 Box Signpen, 0.5mm Ball Needle Point, Blue, 12pcs/box 2 832.04 1,664.08 5 Roll Tape, Masking, 48mm, 50m 10 82.00 820.00 6 Roll Binding Tape, 72mm 10 150.00 1,500.00 7 Box Marker, Whiteboard, 12s/box, Black 2 335.00 670.00 8 Box Marker, Whiteboard, 12s/box, Blue 2 335.00 670.00 9 Box Marker, Whiteboard, 12s/box, Red 2 335.00 670.00 10 Pc Magazine File Box, Large Size, Made Of Chipboard 12 200.00 2,400.00 11 Pc Big Tape Dispenser For Big Roll Tape 3 250.00 750.00 12 Item Paper Cutter, B4 (12x15) Metal Based 1 1,000.00 1,000.00 13 Box Push Pin, Hammer Head Type, 100s/box 10 59.00 590.00 14 Pack Photo Paper, A4, 230 Gsm, 20 Pcs/pack 15 100.00 1,500.00 15 Pack Photo Paper, Short, 230 Gsm, 20 Pcs/pack 15 100.00 1,500.00 16 Pack Photo Paper, Long, 230 Gsm, 20 Pcs/pack 15 100.00 1,500.00 17 Pc Stainless Steel Ruler Metal Aluminum Ruler Drawing Multipurpose Metric School Supplies 30/60 Cm 3 40.00 120.00 18 Pack Laminating Film, Long, 100pcs 1 300.00 300.00 19 Pack Specialty Paper, A4, Cream, 200 Gsm, 10 Pcs/pack 40 74.00 2,960.00 20 Set Ink, Refill, Genuine, Epson L3110 10 1,535.00 15,350.00 Sub-total 37,024.16 Mo-ias: Pr No. 2024-09-1031 1 Set Arch Lever Hardbound Cover, Book Type, Long, With Ring And Lock, Leather Cover, Apple Green 10 152.00 1,520.00 2 Set Arch Lever Hardbound Cover, Landscape, Long With Ring And Lock, Leather Cover, Apple Green 10 150.00 1,500.00 Sub-total 3,020.00 Mo-tourism: Pr No. 2024-10-1081 1 Pcs Certificate Holder, A4 25 65.00 1,625.00 2 Bag "ink Bag, Genuine Ink Bag, Pages Yield (black): 3,000 Pages; Compatible Printer: For Epson Workforce Pro Wf C5390" 1 3,515.00 3,515.00 3 Bag "ink Bag, Genuine Ink Bag, Pages Yield (cyan): 3,000 Pages; Compatible Printer: For Epson Workforce Pro Wf C5390" 1 3,800.00 3,800.00 4 Bag "ink Bag, Genuine Ink Bag, Pages Yield (magenta): 3,000 Pages; Compatible Printer: For Epson Workforce Pro Wf C5390" 1 3,800.00 3,800.00 5 Bag "ink Bag, Genuine Ink Bag, Pages Yield (yellow): 3,000 Pages; Compatible Printer: For Epson Workforce Pro Wf C5390" 1 3,800.00 3,800.00 6 Bottle "ink Refill, Genuine Epson, Original Ink Bottle For Epson Printer Compatible Units Of L3110 & L3210, 65 Ml, Black" 4 340.00 1,360.00 7 Bottle "ink Refill, Genuine Epson, Original Ink Bottle For Epson Printer Compatible Units Of L3110 & L3210, 65 Ml, Cyan" 2 350.00 700.00 8 Bottle "ink Refill, Genuine Epson, Original Ink Bottle For Epson Printer Compatible Units Of L3110 & L3210, 65 Ml, Yellow" 2 350.00 700.00 9 Bottle "ink Refill, Genuine Epson, Original Ink Bottle For Epson Printer Compatible Units Of L3110 & L3210, 65 Ml, Magenta" 2 350.00 700.00 Sub-total 20,000.00 Total Amount 433,362.16 2. The Municipality Of Tuba Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Twenty (20) Working Days Upon Receipt Of The Notice To Proceed And Shall Be In Accordance With The Delivery Schedule Under Section Vi, Schedule Of Requirements. 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, Otherwise Known As The “government Procurement Reform Act”. 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 Municipality Of Tuba And Inspect The Bidding Documents At The Address Given Below During Office Hours (8:00 Am To 5:00 Pm, Monday To Friday). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 10, 2024, At The Municipal Bids & Awards Committee, Municipal Hall, Poblacion, Tuba, Benguet And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [official Rerecipt And Order Of Payment]. 6. The Municipality Of Tuba Through The Bids And Awards Committee Will Not Hold A Pre-bid Conference For This Project. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before October 23, 2024 At 8:30 A.m. 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 At 9:00 A.m. At The Municipal Bids And Awards Committee Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. In Case There Will Be A Tie Between Bidders, All Those Who Have Passed Post-qualification And Offered The Same Financial Bid Price, A Tie-breaking Method Through "draw Lots" Will Be Used To Determine The Winning Bidder. 11. The Municipality Of Tuba Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Failure To Sign Each And Every Page Of The Bid Form, Including The Attached Schedule Of Prices Shall Be A Ground For The Rejection Of Bid. 13. For Further Information, Please Refer To: Roshield W. Duguies, Arlene D. Bangit, Edith G. Labbot And Kevin Yaris At The Municipal Hall, Poblacion, Tuba, Benguet From 8:00 Am To 5:00 Pm Only, Mondays To Fridays At Tel No. (074) 442-1267 And E-mail Address At Bac_lgutuba2020@yahoo.com. However, Any Queries Relative To The Contents Of The Bid Documents And The Project Requirements Can Only Be Made By Bidders Who Purchased The Bid Documents Not Later Than Ten (10) Days Prior To The Submission And Opening Of Bids And Have Viewed And Ordered Through Our Posting At Philgeps. 14. You May Visit The Following Website For Downloading Of Bidding Documents: Tuba.gov.ph Date Of Posting: October 09, 2024 Jackson L. Pasamic Me Bac Chairperson 2024/xena
Closing Soon23 Oct 2024
Tender AmountPHP 433.3 K (USD 7.5 K)
8791-8800 of 8817 active Tenders