Crane Tenders
Crane Tenders
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: Project Title: Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland.
solicitation Number: W912dr25ra009
this Is A Sources Sought Notice Only. This Is Not A Request For Proposals, Quotations Or Bids. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time.
the U.s. Army Corps Of Engineers (usace), Baltimore District, Requests Letters Of Interest From Qualified Small And Other Than Small Business Construction Contractors Interested In Performing Work On The Potential Construction Of The Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland.
by Way Of This Market Survey/sources Sought Notice, The Usace Baltimore District Intends To Determine The Extent Of Capable Firms That Are Engaged In Providing The Services Described Hereunder. Responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. Therefore, The Type Of Set-aside Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Notice.
responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract. It Is The Responsibility Of The Interested Parties To Monitor This Site For Additional Information Pertaining To This Notice.
note: There Will Be A Pla Requirement For This Project.
project Description:
the U.s. Army Corps Of Engineers, Baltimore District (nab), Has Been Tasked To Solicit For And Award Construction Services For The Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland. The Proposed Project Will Be A Competitive, Firm-fixed-price (ffp), Design-bid-build (dbb) Contract Procured In Accordance With Far 15, Contracting By Negotiations, Under A Lowest Price Technically Acceptable (lpta) Process.
the Project Will Consist Of A Design Bid Build (dbb) New Construction Of A 113,800 Square Foot Slab On Grade Test Maintenance Fabrication Facility (tmff) At Aberdeen Proving Ground (apg). The Tmff Includes Secure Areas (no Scif), Tool Crib, Material Storage Area With Overhead Cranes, Administrative Areas, Conference Area, Technical Publication Reference Area, Restroom Facilities, And Employee Break And Locker Rooms. Supporting Facility Elements Include All Pertinent Utilities, Employee Parking Area, Fenced Secure Vehicle Parking Area, Concrete Hardstand, Walks, Curbs And Gutters, Storm Drainage, Storm Water Management, Landscape Plantings, Fencing And Signage As Well As Utilizing Structural Soil Stabilization Practices (i.e. Soil Cement Technologies). Access For Persons With Disabilities Will Be Provided In The Administrative And Common Areas Only. Heat And Air Conditioning Will Be Self-contained Systems. The Project Will Also Include The Identification And Relocation Of An Existing Ductbank Which Traverses The Proposed Site, And The Demolition And Disposal Of An Existing 10,556 Square Foot Building And Associated Above Ground 2,000-gallon Fuel Storage Tank. No Hazmat Concerns Have Been Identified For The Building To Be Demolished. Force Protection Measures Include The Use Of Standoff Distances And Security Fencing. Design And Construction Will Comply With, And Include, Where Feasible, Components For Sustainable Design & Development (sdd), Low Impact Development (lid), Renewable Energy, Net-zero Water, And Leed. The Facility Will Be Designed To A Minimum Life Of 40 Years In Accordance With Dod's Unified Facilities Criteria (ufc 1-200-02) Including Energy Efficiencies, Building Envelope And Integrated Building Systems Performance.
the Purpose Of This Notice Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business (sb), Section 8(a), Historically Underutilized Business Zones (hubzones), Small Disadvantaged Business (sdb), Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Within Any Given Socioeconomic Category Of Responsible Contractors. Large Businesses Are Not Prohibited From Submitting A Response To This Notice; However, Sb, Section 8(a), Hubzone, Sdvosb, Sdb, Vosb, And Wosb Are Highly Encouraged To Participate.
in Accordance With Dfar 236.204 – Disclosure Of The Magnitude Of Construction Projects, The Magnitude Of This Project Between $25m And $100m. The North American Industry Classification System (naics) Code For This Procurement Is 236220 – “commercial And Institutional Building Construction”, Which Has A Small Business Size Standard Of $45,000,000.
prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Notice.
responders Should Address All The Following In Their Submittal:
1. Firm's Name, Address, Point Of Contact, Phone Number, E-mail Address, Cage Code And Uei Number.
2. Indicate If Your Company Is Currently Registered With The Systems For Award Management (sam) Database. If Not, Indicate If It Has Been Registered Or Does It Plan To Register.
3.in Consideration Of Naics Code 236220, With A Small Business Size Standard In Dollars Of $45m, Indicate Your Firm’s Business Classified (size): Large Business, Small Business, Veteran Owned Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-owned Small Business, Hubzone Small Business, Or 8(a) Business.
4.indicate If Your Company Is Currently Prohibited From Doing Business With The Federal Government. Yes/no. (if Yes, Explain).
5.provide A Letter From The Surety Regarding The Bonding Capability For A Single Contract Action And Aggregate Both Expressed In Dollars.
6.indicate If Your Company Is Interested In Performing As A Prime Or Subcontract For The Above Project.
7.provide Three (3) Example Projects Similar To The Requirements Described Above Completed Within The Past Seven (7) Years. Include Point Of Contact Information For The Examples Provided As Past Performance On Indicated Projects May Be Verified. Contractors With Unsatisfactory Past Performance May Not Be Considered Capable Of Successfully Performing This Type Of Work.
8.responders Should Have Experience In The Areas Listed Below And Provide Narratives Identifying That Specific Experience:
capability Statements Should Include Information And Details Of A Minimum Of Three (3) Projects With Similar Scope Of Work And Magnitude Of Construction Within The Past Seven (7) Years. One (1) Project Must Be 100% Completed, While The Remaining Two (2) Must Be 75% Completed. These Projects Must Be Of Relevant Scope And Have Either A Minimum Project Size Of 50,000 Building Gross Square Foot (bgsf) Or Demonstrate A Minimum Completion Value Of $50,000,000.00.
successful Experience With Leed Silver Construction And Environmental Low Impact Development.
successful Experience With Building Information Management (bim) Technology.
independent Full-time, Dedicated, Self-performing (prime Contractor) Safety Staff.
us Citizens (should Include Naturalized Citizens/legal Citizen).
total Submittal Shall Be No Longer Than Fifteen (15) Pages In One (1).pdf File Double-sided Pages Will Count As Two (2) Separate Pages.
comments Will Be Shared With The Government And The Project Design Team, But Otherwise Will Be Held In Strict Confidence.
submission Instructions:
this Notice Is Not A Request For Proposal, Quote Or Bid. It Is A Market Research Tool Being Utilized To Determine The Availability Of Potential Qualified Contractors Before Determining The Method Of Acquisition. In Addition, This Sources Sought Is Not To Be Considered As A Commitment By The Government, Nor Will The Government Pay For Any Information Solicited Or Delivered.
interested Parties Who Consider Themselves Qualified To Perform The Above-listed Requirement Are Invited To Submit A Response To This Sources Sought Notice Nlt 11:00 Am Eastern Standard Time (est) 29 January 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Amber.l.rose@usace.army.mil And Tamara.c.bonomolo@usace.army.mil Referencing The Sources Sought Notice Number W912dr25r13mf
telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. If You Have Any Questions Concerning This Opportunity, Please Contact: Amber Rose Via Email; Amber.l.rose@usace.army.mil.
Closing Date29 Jan 2025
Tender AmountRefer Documents
Municipality Of Upi, Maguindanao Tender
Machinery and Tools
Philippines
Details: Description Item No. Quantity Unit Item Description Lot A. Supply Of Labor B.5 1 2.01 Person/hour Construction Foreman 2 2.01 Person/hour Skilled Labor 3 4.02 Person/hour Unskilled Labor B.7(2) 1 36.00 Person/hour A. Certified Safety Engineer 2 144.00 Person/hour B. Health Personnel B.8(1) 1 5,472.00 Person/hour A. Traffic Controller 102(1) 1 23.00 Person/hour Construction Foreman 2 69.00 Person/hour Unskilled Labor 103(1)a 1 4.80 Person/hour Construction Foreman 2 14.40 Person/hour Unskilled Labor 104(2)a 1 27.66 Person/hour Construction Foreman 2 55.33 Person/hour Unskilled Labor 105(1)a 1 24.17 Person/hour Construction Foreman 2 48.33 Person/hour Unskilled Labor 200(1) 1 145.00 Person/hour Construction Foreman 2 290.00 Person/hour Unskilled Labor 311(1)c1 1 103.57 Person/hour Construction Foreman 2 414.29 Person/hour Skilled Labor 3 1,242.86 Person/hour Unskilled Labor 404(1)a 1 0.35 Person/hour Construction Foreman 2 0.70 Person/hour Skilled Labor 3 2.80 Person/hour Unskilled Labor 405 (1)b3 1 15.00 Person/hour Construction Foreman 2 60.00 Person/hour Skilled Laborer 3 120.00 Person/hour Unskilled Laborer Installation & Removal Of Formwork/falseworks 1 60.00 Person/hour Skilled Laborer 2 120.00 Person/hour Unskilled Laborer 500(1)a3 1 4.56 Person/hour Construction Foreman 2 9.12 Person/hour Skilled Labor 3 18.24 Person/hour Unskilled Labor 500(1)a1 1 7.04 Person/hour Construction Foreman 2 14.08 Person/hour Skilled Labor 3 28.16 Person/hour Unskilled Labor 612(1) 1 17.40 Person/hour Construction Foreman 2 34.80 Person/hour Skilled Labor 3 104.40 Person/hour Unskilled Labor 612(2) 1 8.70 Person/hour Construction Foreman 2 17.40 Person/hour Skilled Labor 3 52.20 Person/hour Unskilled Labor Lot B. Equipment Rental A.1.2 (4) 1 3.80 Unit/month A. Pick-up, 4 X 2, 2.5l Diesel Engine (brand New) B.8(1) 1 60.80 Unit/hour Two-way Radio (w/lifespan Consideration Of 2 Years) 2 334.40 Unit/hour Barricade Flasher Light (3 Volt, Battery Operated,amber Color,w/ Lifespan Consideration Of 6 Month) B.9 1 16.00 Unit/hour Mobilization/demobilization (1% Of Direct Cost Of Civil Works) 2 8.00 Unit/hour Payloader 3 8.00 Unit/hour Backhoe 4 8.00 Unit/hour Backhoe W/ Breaker 5 8.00 Unit/hour Truck Mounted Crane 2 6 8.00 Unit/hour Motorized Road Grader 7 8.00 Unit/hour Vibratory Roller 8 8.00 Unit/hour Water Truck/pump 9 32.00 Unit/hour Transit Mixer 10 8.00 Unit/hour Concrete Batch Plant 11 8.00 Unit/hour Jackhammer 12 8.00 Unit/hour Cargo/service Truck 1 102(1) 1 46.00 Unit/hour Dump Truck , All Models 2 23.00 Unit/hour Backhoe ( 0.80m3/1.04 Yd3 3 2.30 Unit/hour Payloader ( 1.5 M3/1.95 Yd3) 4 Minor Tools (10% Of Labor Cost) 103(1)a 1 9.60 Unit/hour Dump Truck (12 Yd3) 2 4.80 Unit/hour Backhoe ( 0.80 M3.1.04 Yd3) 3 Minor Tools (10% Of Labor Cost) 104(2)a 1 27.66 Unit/hour Motorized Road Grader 2 27.66 Unit/hour Vibratory Roller ( 10 Mt) 3 6.92 Unit/hour Water Truck/pump ( 16000 L) 105(1)a 1 24.17 Unit/hour Motorized Road Grader 2 24.17 Unit/hour Vibratory Roller ( 10 Mt) 3 6.04 Unit/hour Water Truck/pump ( 16000l) 200(1) 1 145.00 Unit/hour Motorized Road Grader 2 145.00 Unit/hour Vibratory Roller ( 10 Mt) 3 36.25 Unit/hour Water Truck/pump ( 16000 L) 311(1)c1 1 414.29 Unit/hour Transit Mixer 2 207.14 Unit/hour Concrete Vibrator 3 103.57 Unit/hour Concrete Batch Plant 4 103.57 Unit/hour Payloader 5 103.57 Unit/hour Concrete Screeder 6 103.57 Unit/hour Water Truck/pump 7 103.57 Unit/hour Concrete Saw 8 10.36 Unit/hour Bar Cutter 9 10.36 Unit/hour Sealer, Joint (machine) 10 Minor Tools (5% Of Labor) 404(1)a 1 0.05 Unit/hour A. Cargo Truck (9 - 10 T) 2 0.18 Unit/hour B. Bar Cutter 3 0.18 Unit/hour C. Bar Bender 405 (1)b3 1 15.00 Unit/hour One Bagger Mixer ( 4-6ft3/min 2 15.00 Unit/hour Concrete Vibrator 3 1.50 Unit/hour Water Truck/pump ( 16000 L) 500(1)a3 1 2.32 Unit/hour A. Backhoe (0.80 Cu.m.) 2 2.32 Unit/hour B. Plate Compactor (5 Hp) 3 Minor Tools (10% Of Labor Cost) 500(1)a1 1 3.52 Unit/hour A. Backhoe (0.80 Cu.m.) 2 3.52 Unit/hour B. Plate Compactor (5 Hp) 3 Minor Tools (10% Of Labor Cost) 612(1) 1 17.40 Unit/hour Cargo/service Truck 1 2 17.40 Unit/hour Applicator Machine 3 17.40 Unit/hour Kneading Machine 4 Minor Tools (10% Of Labor Cost) 612(2) 1 8.70 Unit/hour Cargo/service Truck 1 2 8.70 Unit/hour Applicator Machine 3 8.70 Unit/hour Kneading Machine 4 - Minor Tools (10% Of Labor Cost) Lot C. Supply & Delivery Of Construction Materials A.1.1 (8) 1 3.80 Mo. A. Rental Of Field Office B.3 1 13,252.00 Cu.m. A. Mineral Tax (provincial Tax Ordinance) 2 1.00 Lot B. Excise Tax (provincial Tax Ordinance) 4% Mineral Tax B.5 1 96.00 Sq.ft A. Tarpaulin ( 4'x 8') 2 378.00 Bd.ft B. Lumber ( Coco) 3 9.00 Pcs. C. Marine Plywood( 1/4'' X 4'x 8') 4 3.78 Kg D. Asst. Cwn 5 192.00 Sq.ft E. Tarpaulin ( 8'x 8') B.7(2) 1 1,309.00 Man-day A. Safety Helmet 2 678.00 Man-day B. Safety Shoes 3 1,309.00 Man-day C. Safety Vest 4 1,309.00 Man-day D. Working Gloves 5 632.00 Man-day E. Rubber Boots 6 120.00 Man-day F. Dusk Mask 7 120.00 Man-day G. Rain Coat B.8(1) 1 7.60 Each A. Speed Restriction (r4-1) 2 7.60 Each B. Road Work Ahead (t1-1) 3 7.60 Each C. End Roadwork (t2-16) 4 7.60 Each D. End Speed Restriction (r4-2) 5 7.60 Each E. Lane Status (t2-6-1) 6 7.60 Each F. Workmen Ahead (t1-5) 7 7.60 Each G. Prepare To Stop (t1-18) 8 3.80 Each H. Temporary Hazard Marker (chevron, T5-5) 9 68.40 Each I. Plastic Safety Barriers 10 68.40 Each J. Construction Safety Fence 11 15.20 Each K. Temporary Bollards (@5 Meters Apart) 12 7.60 Man-day L. Safety Vest 13 7.60 Man-day M. Hard Hat 14 7.60 Man-day N. Safety Shoes 104(2)a 1 1,729.01 Cu.m. Common Borrow (w/ 25% Shrinkage Factor) 200(1) 1 8,337.50 Cu.m. Aggregate Subbase Course (w/ 15% Shrinkage Factor) 311(1)c1 1 3,117.50 Kg Reinforcing Steel Bars Deformed Grade 40 2 2,102.50 L Curing Compound 3 870.00 L Asphalt Sealant 4 3,335.00 M Steel Forms 23 Cm Width 5 917.13 Cu.m. Fine Aggregate 6 1,667.50 Cu.m. Gravel G2-1/2 7 15,877.50 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 8 1.09 Pc Concrete Saw (diamond Blade 14''dia) 9 51.48 M Pipe Sleeve, 2'' Dia. 10 63.08 L Grease/tar 404(1)a 1 1.32 Kgs A. Tie Wire (2% Of Rsb) 2 66.15 Kgs B. Reinforcing Steel Bars Grade 40, With 5% Wastage 405 (1)b3 1 525.00 Bd.ft. Lumber Good 2 8.40 Pc. Plywood Marine 1/2" X 4' X 8' (0.0125m X 1.2m X 2.44m) 3 21.00 Kg. Common Nails Assorted 4 199.50 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 5 10.50 Cu.m. Fine Aggregate 6 21.00 Cu.m. Gravel G2-1/2 500(1)a3 1 8.64 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 2 0.49 Cu.m. Fine Aggregate 3 8.00 Pc Reinforced Concrete Pipe Class Iv Dia 36"(910mm) 4 1.02 Cu.m. Fine Aggregate 500(1)a1 1 12.38 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 2 0.70 Cu.m. Fine Aggregate 3 16.00 Pc Reinforced Concrete Pipe Class Iv Dia 24"(610mm) 1.41 Cu.m. Fine Aggregate 1 612(1) 2 141.38 Bag A. Thermoplastic (white) 3 14.36 Bag B. Glass Beads 4 52.20 L C. Primer 5 1.74 Cyl D. Lpg (50kg) 6 0.87 Cyl E. Lpg (12 Kg) 7 54.38 Kg F. Calsumine 8 - - Miscellaneous (5% Of Materials Cost) 612(2) 1 70.69 Bag A. Thermoplastic (white) 2 7.18 Bag B. Glass Beads 3 26.10 L C. Primer 4 0.87 Cyl D. Lpg (50kg) 5 0.44 Cyl E. Lpg (12 Kg) 6 27.19 Kg F. Calsumine Miscellaneous (5% Of Materials Cost) During The Post Qualification The Twg Has The Right To Ask A Purchase Order Incase The Item Is Not Available
Closing Date4 Feb 2025
Tender AmountPHP 24.1 Million (USD 412.6 K)
Province Of Samar Tender
Education And Training Services
Philippines
Details: Description The Provincial Government Of Samar Invites All Interested Registered Suppliers To Submit In Person Or Authorized Representative Quotation For- Children Story Books (8 X 9in – 10.5 In) 8 Pcs. Little Life Lessons On … Kindness 8 Pcs. Little Life Lessons On … Respect 8 Pcs. Little Life Lessons On … Courage 8 Pcs. Little Life Lessons On … Anger 8 Pcs. Little Life Lessons On … Obedience 8 Pcs. Little Life Lessons On … Love 8 Pcs. Little Life Lessons On … Honesty 8 Pcs. Little Life Lessons On … Cheerfulness 8 Pcs. Little Life Lessons On … Patience 8 Pcs. Little Life Lessons On … Responsibility 8 Pcs. Little Life Lessons On … Shyness 8 Pcs. Little Life Lessons On … Teamwork 8 Pcs. Little Life Lessons On … Perseverance 8 Pcs. Little Life Lessons On … Sharing 8 Pcs. Little Life Lessons On … Finding Solutions 8 Pcs. Little Life Lessons On … Thankfulness 8 Pcs. God Talks With Me About Overcoming Fears 8 Pcs. God Talks With Me About Thankfulness 8 Pcs. God Talks With Me About Friendship 8 Pcs. Gaan Oba Kalayo Patungong Paaralan 8 Pcs. Si Nina Sa Bayan Ng Daldalina 8 Pcs. Og Uhog 8 Pcs. Mamay Esing 8 Pcs. Team Abangers At Ang Estilong Trumpo 8 Pcs. Ang Ruler Na Mahilig Manukat 8 Pcs. Ang Lumang Makina Ni Lola Mina 8 Pcs. Si Lola-nanay At Si Dandandandan 8 Pcs. Ang Payong Na Takot Sa Ulan 8 Pcs. Pibo 8 Pcs. Ang Bisita Ni Lolo Lino 8 Pcs. Si Tiya Salome 8 Pcs. Uncle Sam 8 Pcs. Big Sister 8 Pcs. Monster Rescue 8 Pcs. The Three Questions Of Tarongoy 8 Pcs. Ang Pinakamasayang Biyahe Ni Karen 8 Pcs. Ang Ng-iisa At Natatanging Si Onyok 8 Pcs. The First Star 8 Pcs. Sa Aming Bahay-bahayan 8 Pcs. Ang Sakim Na Aparador 8 Pcs. Pol Purol 8 Pcs. Ang Singsing-pari Sa Pisara 8 Pcs. The Magic Bahag 8 Pcs. Namimingwit Sa Langit 8 Pcs. A Thousand Paper Cranes 8 Pcs. Ang Tatlong Bubwit At And Bangkang Marikit Sa Tapat Ng Tindahan Ni Mang Tebang 8 Pcs. Makukulay 8 Pcs. Sinemadyika 8 Pcs. The Girl Who Looked At Peoples’s Shoes 8 Pcs. I Am An Apple 8 Pcs. Ang Mga Kahon Ni Kalon 8 Pcs. My Father The Shape Shifter 8 Pcs. Si Berting, Ang Batang Uling 8 Pcs. Dalawa Kami Ni Lola 8 Pcs. Imbisibol Man Ang Tatay Ko 8 Pcs. Ang Ampalaya Sa Pinggan Ni Peepo 8 Pcs. Menggay’s Magical Chicken 8 Pcs. How Rosang Taba Won A Race 8 Pcs. Gusto Ko Nang Lumaki 8 Pcs. Where Do Mountains And Hills Come From 8 Pcs. Ang Mahahabang Tainga Ng Tatlong Lola 8 Pcs. Tuwing Sabado 8 Pcs. The Day Max Flew Away 8 Pcs. Mister World And His Magical Box 8 Pcs. Bayong Ng Kuting 8 Pcs. Ang Madyik Ni Paolo 8 Pcs. Si Tanya, Ang Uwak Na Gustong Pumuti 8 Pcs. Tuldok: Ang Pinagmulan Ng Buhay 8 Pcs. Ang Lumang Aparador Ni Lola 8 Pcs. Fish Of Two 8 Pcs. Fetch 8 Pcs. Misteryo 8 Pcs. Ang Mga Tsismis Sa Baryo Silid 8 Pcs. Ang Pintor Ni Garu 8 Pcs. Kiko Kitikiti 8 Pcs Burnay, Ang Batang Palayok 8 Pcs. Alamat Ng Sibuyas 8 Pcs. Ang Paglalakbay Ni Potpot 8 Pcs. Ang Siopao Na Ayaw Sa Batang Matakaw 8 Pcs. Bog! 8 Pcs. Ang Pambihirang Babaeng Hindi Umuupo 8 Pcs. Ang Tatlong Prinsipe Ng Kalinaw 8 Pcs. Bumbilita 8 Pcs. Dear Nanay 8 Pcs. Ang Mahalagang Misyon Ng Mga Batang Pekiro 8 Pcs. Ang Pag-abot Kay Pangarap 8 Pcs. Ang Mahiwagang Bag Ni Mama 8 Pcs. Faye, The Always Angel 8 Pcs. Green 8 Pcs. Inhale, Exhale 8 Pcs. Kayang-kaya Ko Nang Maging Kuya 8 Pcs. I Want My Yaya 8 Pcs. Ino, The Invincible 8 Pcs. Kayumanggi 8 Pcs. Kiko’s Room 8 Pcs. Kissing Lips 8 Pcs. Kwentong Kotse 8 Pcs. Fire! 8 Pcs. Earthquake! 8 Pcs. Flood 8 Pcs. Volcanic Eruption 8 Pcs. Lilay 8 Pcs. May Leon Sa Aking Dibdib 8 Pcs. Luntian, Ang Bungang May Pakpak 8 Pcs. May Bas A Paaralan Bukas? 8 Pcs. Mga Guhit Sa Dingding 8 Pcs. Monumento Ni Eman 8 Pcs. Muling Magbabalik Ang Perya 8 Pcs. My Daddy! My One And Only 8 Pcs. Munting Opsin Ani Nanay 8 Pcs. Niña Inocente 8 Pcs. Pitong Anghel 8 Pcs. Si Taho At Si Balut 8 Pcs. Super Ningning 8 Pcs. Tahi-tahi 8 Pcs. Si Gab At Ang Higanteng Bag 8 Pcs. Paaasaaaaluuubong! 8 Pcs. Titser Nanay 8 Pcs. The Little Angel Who Lost Her Wings 8 Pcs. Twit! 8 Pcs. Papuntang Community Pantry 8 Pcs. Naalala Ko Ang Aking Paaralan 8 Pcs. Kung Paano Pangalagaan Ang Pangalan 8 Pcs. Ang Magalang Na Pagtanggi 8 Pcs. May Tunay Na Mabuti 8 Pcs. Superpower Para Sa Lahat 8 Pcs. Ang Mapa Pauwi 8 Pcs. May Monster Si Kuya Big Books (11.5in X 16.5in) 4 Pcs. Ang Alaga Kong Lolo 4 Pcs. Ang Batang Papet 4 Pcs. Ang Nanay Kong Drayber 4 Pcs. Kiko Kitikiti 4 Pcs. Masaya Ang Maging Ako 4 Pcs. Ako’y Masayang-masaya 4 Pcs. Sandosenang Sorpresa 4 Pcs. Mga Damdamin Ni Butanding 4 Pcs. Words Have Power 4 Pcs. Dabog Nang Dabog Si Dino Middle/young Age Books (5.25in X 8in) 4 Pcs. Moymoy Lulumboy Book 1: Ang Batang Aswang 4 Pcs. Moymoy Lulumboy Book 2: Ang Nawawalang Birtud 4 Pcs. Moymoy Lulumboy Book 3: Ang Paghahanap Kay Inay 4 Pcs. Moymoy Lulumboy Book 4: Mga Dulot Ng Digmaan 4 Pcs. Moymoy Lulumboy Book 5: Ang Lihim Ng Libro 4 Pcs. Moymoy Lulumboy Book 6: Ang Ugat At Ang Propesiya 4 Pcs. Angelica, Ang Multo Ng Balete Drive 4 Pcs. Hulagpos: Antolohiya Ng Mga Radikal Na Kwentong Pambata 4 Pcs. Baklas: Antolohiya Ng Mga Radikal Na Kwentong Pambata 4 Pcs. Piglas: Antolohiya Ng Mga Radikal Na Kwentong Pambata Approved Budget For The Contract: P231,600.00 Requisitioning Office: Governor’s Office – Youth Development Program Supplier Shall Submit The Following Requirements: A. Duly Signed Request For Quotation. Completeness Of Submission (please Attach Sample/photo With Specifications Of Item Offered) B. Philgeps Registration Certificate C. Mayo’s/ Business Permit D. Security And Exchange Commision (sec) Or Dti Or Cda Registration E. Bir Certificate Of Registration F. Annual Income Tax Return (aitr) G. Tax Clearance H. Omnibus Sworn Statement Request For Quotation (rfq) Forms May Be Secured From The Secretariat, Bids And Awards Committee Starting February 13, 2025. Please Submit In Person Or Authorized Representative Your Quotation. The Last Day Of Submission Of Quotation Is On February 18, 2025, Not Later Than 5 Pm. The Provincial Government Of Samar Reserves The Right To Accept Or Reject Any Or All Quotations And Impose Additional Terms And Conditions It May Deem Proper. Place Of Submission: Bac Office Capitol Compound, Catbalogan, Samar
Closing Date18 Feb 2025
Tender AmountPHP 231.6 K (USD 4 K)
Mindanao State University Tender
Healthcare and Medicine
Philippines
Details: Description The Western Mindanao State University, Through Its Bids And Awards Committee (bac), Is Inviting Philgeps Registered Suppliers To Apply For Eligibility And To Submit Bids For The Item Mentioned Hereunder: 1.) Two (2) Set Of Dental Surgery Set Must Include The Following: Upper Incisor (150) Upper Roots (65) Upper Molar Left (18l) Upper Molar Left And Right (210) Lower Incisors Pm (203m) Lower Roots (44m) Lower Molar (16) Lower Molar (17m) Molt, Buser, Mead Prichard & Currette Scalper & Scissor Hemostatic Forceps Allis & Tissue Forceps Mallet & Chisel Adison, Min, Russia Kelly Needle Holder Bone Rongeur & File Barbed Elevators Cryer Elevators Miller Elevator Crane Elevator Apex Elevator Lsr Instrument Carrying Organizer Dental. Abc: Php 99,998.00 2.) Three (3) Pcs Of Bag Valve Mask (ambu Bag) Specifications: Adult-sized, With Size 5 Mask, Semi-transparent, Silicone, Manual Resuscitator Bag Compatible With Size 5 Face Mask, Connector/oxygen Tubing, And Reservoir Bag, Tidal Volume: Approximately 1500 Ml, Latex Free, Individually Packed, Autoclavable, Iso Certified Medical Abc: Php 11,100.00 3.) Five (5) Set Of Blood Pressure Apparatus, Manual Specification: Aneroid Sphygmomanometer With Stethoscope With Storage Case, Iso Certified Medical. Abc: Php 9,000.00 4.) Five (5) Unit Of Blood Pressure Monitor, Automatic/electronic Specification: Unit Must Contain: Bp Device, 24-48 Cm Cuff, Charger/adaptor, Storage Case, And User Manual, Led Screen Shows Systolic And Diastolic Blood Pressure With Pulse Rate, Iso Certified Medical. Abc: Php 15,000.00 5.) Five (5) Unit Of Glucometer Rechargeable With Locally Available Strips, Iso Certified Medical. Abc: Php 12,500.00 6.) Two (2) Cylinder Of Medical Oxygen Tank 50 Lbs, Steel Or Aluminum Cylinder Tank Medical. Abc: Php 20,000.00 7.) Three (3) Unit Of Nebulizer Machine Specifications: Includes Compressor, Nebulizing Kit, Air Tube, Mask (adult & Pediatric), Air Filter, And Mouthpiece Medical. Abc: Php 7,500.00 8.) Eleven (11) Pcs Of Pulse Oximeter, Rechargeable Medical. Abc: Php 3,300.00 9.) Five (5) Pcs Of Thermal Gun/scanner Infrared Battery-operated Medical. Abc: Php 10,000.00 10.) Three (3) Unit Of Fogger/fumigation Machine Fuel (in Sealed Bottles/gallons) Medical. Abc: Php 10,500.00 11.) Three (3) Bottle/gallon Of Fogging/fumigation Biocide/insecticide Solution (in Sealed Bottles/gallons) Medical Abc: Php 10,500.00 12.) Ten (10) Pcs Of Thermometer Auxillary Digital Thermometer, Battery-operated Medical. Abc: Php 1,000.00 13.) Ten (10) Pcs Of First Aid Padded Splint Roll 11 X 46 Cm Material: Polymer Foam With Interlayer Of Malleable And Cuttable Aluminum Plates Medical. Abc: Php 6,000.00 14.) Five (5) Pcs Of First Aid Padded Splint Roll 11 X 92 Cm Material: Polymer Foam With Interlayer Of Malleable And Cuttable Aluminum Plates Medical Abc: Php 3,000.00 15.) Fifty (50) Pcs Of Medical Arm Sling Extra Large, Washable, Suitable For 40-50 Cm Forearm Length, Individually Packed Medical. Abc: Php 7,500.00 16.) Fifty (50) Pcs Of Medical Arm Sling Large, Washable, Suitable For 40-50 Cm Forearm Length, Individually Packed Medical. Abc: Php 7,500.00 17.) Fifty (50) Pcs Of Medical Arm Sling Medium, Washable, Suitable For 35-45 Cm Forearm Length, Individually Packed Medical. Abc: Php 7,500.00 18.) Fifty (50) Box Of Antiseptic Adhesive Bandage Strips At Least 1.9 Cm In Width And 7.0 Cm In Length 50 Strips/box, Consists Of Perforated, Adhesive Bantam Plastic, Color: White/brown, Medicated With Acrinol Fda-approved Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 8,750.00 19.) Ten (10) Box Of Antiseptic Adhesive Plasters, Extra Large 2 X 4.5 Inches, Consists Of Waterproof Material, 10-30 Pads/box, Color: Transparent/white/brown, Medicated With Acrinol, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 18,000.00 20.) Seventy-five (75) Pcs Of Medical Elastic Bandage 3 Inches X 5 Yards Polyester/rubber Thread With Metal Clip Closure, Open Weave Design Fda-approved, Year Manufactured: 2022 Or Later Medical Abc: Php 6,000.00 21.) Seventy-five (75) Pcs Of Medical Elastic Bandage 3 Inches X 5 Yards Polyester/rubber Thread With Metal Clip Closure, Open Weave Design, Fda-approved, Year Manufactured: 2022 Or Later Medical. Abc: Php 6,000.00 22.) Seventy-five (75) Pcs Of Medical Elastic Bandage 2 Inches X 5 Yards, Polyester/rubber Thread With Metal Clip Closure, Open Weave Design, Fda-approved, Year Manufactured: 2022 Or Later Medical. Abc: Php 6,000.00 23.) One Hundred (100) Pack Of Adhesive Cooling Gel Sheet 5 X 13 Cm/sheet, 2 Sheets/pack, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 25,000.00 24.) Twenty (20) Box Of Medical Examination Gloves Medium, Powder-free, Nitrile (blue), 100 Pcs/box, Fda-approved Expiration At Least 2 Years From Date Of Delivery Dental. Abc: Php 6,500.00 25.) Ten (10) Box Of Medical Examination Gloves Size 7, Powder-free, Nitrile (blue), 100 Pcs/box, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 5,000.00 26.) Ten (10) Box Of Medical Examination Gloves Size 8, Powder-free, Nitrile (blue), 100 Pcs/box, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 5,000.00 27.) One Hundred (100) Pcs Of Medical Syringe 1 Ml (tuberculin Syringe) Sterile, Single-use, Individually Packed, Needle: 25-27 G, 0.5 Inch, Fda-approved Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 1,500.00 28.) One Hundred (100) Pcs Of Medical Syringe 5 Ml, Sterile, Single-use, Individually Packed, Needle: 25-27 G, 0.5 Inch, Fda-approved Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 1,500.00 29.) Sixty (60) Roll/pc Of Gauze 3" X 3", 8 Ply, Fda-approved Expiration At Least 2 Years From Date Of Delivery Dental. Abc: Php 9,000.00 30.) Twenty (20) Box Of Sterile Gauze Pads 4"x 4" At Least 8-ply, 40's, 28 X 24 Mesh, Individually Packed, 100 Pack/box, Fda-approved Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 10,000.00 31.) One (1) Box Of Sterile Gloves Size 7, Material: Latex Or Nitrile, Individually Sealed, 1 Pair/pack, 50 Pack/box, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 900.00 32.) Two (2) Box Of Sterile Gloves Size 7.5, Material: Latex Or Nitrile, Individually Sealed, 1 Pair/pack, 50 Pack/box, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 1,800.00 33.) Two (2) Box Of Sterile Gloves Size 8, Material: Latex Or Nitrile, Individually Sealed, 1 Pair/pack, 50 Pack/box, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 1,800.00 34.) Thirty (30) Pack Of Sterile Wound Closure Strips 6 Mm X 100 Mm, 5 Strips Per Pack, Material: Sterile, Breathable Adhesive Strip Reinforced With Polymer/rayon Filaments, For Strong, Closure Of Incisions And Skin Lacerations, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 27,000.00 35.) Fifteen (15) Box Of Surgical Face Masks Disposable, 3-ply, 100 Pieces/box, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 7,500.00 36.) Twenty (20) Box Of Face Mask, 3 Ply, 100 Pcs/box Dental. Abc: Php 4,000.00 37.) Seventy-five (75) Roll Of Surgical Tape 9 M/roll, Material: Transpore Polyethylene, Width: 1 Inch, Length: 9 Meters/roll, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 7,500.00 38.) Two (2) Box Of Sterile Surgical Suture 4-0 Chromic Catgut, 1/2 Circle Curved Cutting 26 Mm, Individually Packed, 12 Pcs/box Dental. Abc: Php 1,400.00 39.) Two Hundred (200) Pcs Of Tongue Depressor 5-7 Inches In Length, Wooden, Single Use, Individually Packed, Fda-approved Medical. Abc: Php 2,000.00 40.) Twenty (20) Bag Of Warm/cold Compress Bag Reusable/washable Medical. Abc: Php 5,000.00 41.) Ten (10) Gallon Of Glutaraldehyde Soaking Solution Dental. Abc: Php 20,000.00 42.) Thirty (30) Container Of Double-tipped Cotton Buds Plastic Tube 2.5 Inches In Length, 100 Buds/container, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical Abc: Php 3,000.00 43.) One Hundred Twenty (120) Bottle Of Rubbing Alcohol (in Sealed Bottles), 500 Ml/bottle, 70% Isopropyl Alcohol With Moisturizer, Hypoallergenic, Dermatologist-tested, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical - 50 Dental - 70 Abc: Php 14,400.00 44.) Twenty-five (25) Bottle Of Liquid Hand Soap (with Moisturizer), 400-500 Ml/bottle, In Dispenser Pump Bottle, Dermatologist-tested, Hypoallergenic, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical - 15 Dental - Abc: Php 3,750.00 45.) Thirty (30) Pcs Of Hypoallergenic And Unscented Soap, Original, White Color Dental. Abc: Php 1,800.00 46.) Ten (10) Packs Of Medical Cotton Balls 150 Balls/pack, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 750.00 47.) One Hundred (100) Pack Of Cotton Balls 500gms/pack Dental. Abc: Php 22,800.00 48.) Fifty (50) Pack Of Toothbrush For Adult Gentle Bristles 30 Pcs/pack Dental. Abc: Php 9,000.00 49.) Fifty (50) Pcs Of Toothbrush For Kids Gentle Bristles 30 Pcs/pack Dental. Abc: Php 9,000.00 50.) Five (5) Box Of Toothpaste Sachet, Triple Pack, 144 Sachet/box Dental. Abc: Php 3,250.00 51.) Ten (10) Tube Of Toothpaste Tube 170 Ml/tube Dental. Abc: Php 2,000.00 52.) Thirty (30) Pack Of Waxed Dental Floss 50 Yards Dental. Abc: Php 3,750.00 53.) Thirty (30) Bottle Of Oral Antiseptic Solution 50 Ml/bot Dental. Abc: Php 3,900.00 54.) Thirty (30) Bottle Of Oral Mouthwash 250ml/bottle Dental. Abc: Php 9,000.00 55.) Six (6) Piece Of Self Aspirating Syringe 1.8 Ml. Abc: Php 16,218.00 The Criteria To Be Used For The Eligibility Check Of The Prospective Bidders, Examination And Evaluation Of Bids, Post Qualification And All Matters Relevant To This Procurement Shall Be In Accordance With Republic Act No. 9184 (the Government Procurement Act) And Its Implementing Rules And Regulations. Interested Bidders May Obtain Further Information From Wmsu Bac Secretariat Regarding The Checklist Of Eligibility And Technical Requirements. Important Notice For Bidders: 1. Bidding Papers May Be Acquired Starting March 5 To March 12, 2025 Monday To Friday 8:00am To 5:00pm, From The Bac Office Or Download From Website (www.wmsu.edu.ph). The Western Mindanao State University Shall Allow The Bidder To Present Its Proof Of Payment For The Bidding Documents Fees Before The Submission Of Their Bids, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php.1,000.00). (please Attached The Machine Copy Of The Official Receipt) 2. All Bidders Are Required To Post A Bid Security, At Least Two (2%) Percent Of The Abc In The Form Of Cash, Cashier’s Check Or Manager’s Check Or May Submit Bid Securing Declaration. Bids Without Bid Security Will Not Be Considered. 3. The Bidder Shall Prepare An Original Of The Eligibility Documents & Technical Components And Original Of Financial Proposal And Clearly Mark Each “original – Eligibility Documents And Technical Components”, And “original – Financial Proposal”, Respectively. Bidders Shall Submit One (1) Set Of The First And Second Components Of Its Bid. State The Unit Price Of Each Item And The Total Bid Price And Also State The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative In A Sealed Envelope. 4. Bid Submission Will Be On Or Before March 12, 2025 9:30 Am Through Manual Submission. 5. Bid Opening Shall Be On March 12, 2025 9:30 Am At Bac Office, 2nd Floor Administration Building, Wmsu, Zamboanga City, Philippines, 7000. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted. 6. Price Validity Shall Be For A Period Of 120 Calendar Days. 7. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 8. Warranty Shall Be For A Period Of Six (6) Months For Supplies And Materials. One (1) Year For Equipment, From Date Of Acceptance By Western Mindanao State University. 9. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Western Mindanao State University Reserves The Right To Reject Any Or All Bids And To Accept The Bid Most Advantageous To The Government, And To Award The Contract By Lot, If Warranted.
Closing Date12 Mar 2025
Tender AmountPHP 531.6 K (USD 9.2 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: The Pre-solicitation For This Project Has Been Posted Under A New Solicitation Number. 36c24725r0071. Refer To This Solicitationn Number For Any Further Announcements Regarding This Project 619-20-103.
this Iinformation Is Being Provided For Cross Reference Purposes Only. This Action Is Considered Closed Out.
sources Sought Notice Sources Sought Notice Page 8 Of 8 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 Of 8 Sources Sought: The Central Alabama Veterans Health Care System (cavhcs) Located At 215 Perry Hill Road, Montgomery, Al 36109 Has A Requirement For A Firm Fixed Price Contract That Includes General Construction, Demolition, Modification, And Renovation Of The Existing Central Boiler Plant- (building 14). Project Description: See The Attached Statement Of Work For What This Project Includes, But It Not Limited To This Description Of The Project. This Is Not A Request For Proposal (rfp): The Purpose Of This Notice Is To Determine If There Are Qualified Sdvosb, Vosb And Small Businesses That Have The Experience For This Highly Specialized Type Of Work And If Such Firms Are Interested In This Procurement. The Sources Sought Notice Is For A Design-bid-build Project. The Naics Code Is 236220 And The Small Business Size Standard Is $45 Million. The Psc Is Z1dz. The Magnitude Of Construction Is Between $10,000,000 And $20,000,000. Interested Firms Should Indicate Their Interest No Later Than 4:00 Pm Est On 01/31/2024 Via Email To Contract Officer Margaret.yeaton@va.gov (visn 7 Network Contracting Office) The Following Information Is Required In Response To This Notice. Please Number Your Responses (1) Through (5). Your Specific Response To The Following Items Is Requested. There Is No Page Limit, However Pages Should Be Sufficient To Describe Your Firm. A Positive Statement Of Your Intention To Submit A Proposal In Response To A Solicitation For This Project And Include Your Firm S Full Name, Address, Point(s) Of Contact, Telephone Numbers And Email Addresses, Url, And Uei. Your Firm S Bonding Capability (construction Bonding Level Per Single Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars Along With Your Current Available Bonding Capacity). Evidence Of Your Experience In Replacing And Installing Comparable Boiler Projects That Are Highly Specialized And Completed Within The Past Five (5) Years. Your Projects Must Be Similar In Size And Scope With A Construction Magnitude Between $10,000,000 To 50,000,000. Provide Contract Descriptions, Location, Contract Dollar Value And The Name Of The Company, Agency Or Government Entity For Which The Work Was Performed. State Your Firm S Role In The Successful Project (prime, Subcontractor, Jv Member Etc.) Include The Name, Title, Email And Phone Number Of Your Customer Point Of Contact (i.e., Cor, Contracting Officer, Program/project Manager). If Applicable, Your Firm Should Provide Proof Of A Valid Joint Venture Or Mentor-protege Agreement, By Supplying The Duns Number/uei And Names Of Respective Jv Or Mp Principals. (see Vaar 819.7003(c) For Joint Venture Agreements And Vaar 819.71 For Mentor-protege Agreements At Https://www.va.gov/oal/library/vaar/vaar819.asp Other Information That Is Useful To Show The Knowledge And Depth Of Experience Of Your Firm In Comparable Projects, Such As For Example, Your Experience With Environmental Compliance, Permitting Processes, Certifications, Any Awards, And Recognition, Your Ability To Implement Logical And Physical Security Measures And Safeguards, Accident-free Record, Etc. All Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On The Availability Of Interested Sdvosb, Vosb Or Sb Concerns. Failure To Submit All Information Requested Will Result In A Contractor Not Being Considered As An Interested Sdvosb, Vosb Or Sb Concern. If Adequate Interest Is Not Received This Action Will Not Be A Set-aside. Interested Firms Should Reply Via E-mail To Margaret.yeaton@va.gov . Firms Must Be Registered In The System For Award Management (sam). Visit Sam.gov To Register In Sam. Sdvosb Or Vosb Firms Must Be Verified In Vet Cert. Https://veterans.certify.sba.gov/ The Contracting Office Welcomes The Interest Of New Entrants To Construction Projects For Visn 7 And Especially Looks Forward To Responses Of Well-qualified Small Businesses And In Particular To The Responses Of Certified Sd/vosb Contractors. A Project Description Is Set Out Below That Will Guide You In Furnishing The Information Requested In (1) Through (5) Above. Disclaimer This Source Sought Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Notice. Project Information: The Proposed Statement Of Work For This Project Is Within This Document. A. Project Description: Title Of Project: 619-20-103 - Correct Fca Deficiencies In Boiler Plant, Building 14. Project Overview: This Project Will Replace The Boiler System And Completely Renovate Building14. It Will Correct Several Fca Deficiencies Identified In The 2012, 2016, And 2021 Facility Conditions Assessment (fca). Scope Of Work: The Contractor Shall Provide All Labor, Supervision, Transportation, Materials, Cranes, And All Other Incidentals To Facilitate A Successful Construction Project. A. This Project Replaces The Boilers And Connected Piping And Equipment As Identified In The 2016 Visn 7 Facilities Condition Assessments (fca) For Central Alabama Veterans Health Care Systems-east (cavhcs-west). This Will Include The Design Of Replacement Of Boiler Plant, Which Include The Alternate Fueling System, Emergency Electrical System, Pumping System, Electrical Control System, Structural System, Replacing Windows And Refinishing Interior Painted Surfaces, And Temporary Boilers. B. This Project Shall Repair Or Replace Exterior Concrete And Brick Wall Repair, Metal Casework Replacement In Boiler Room, Roof Replacement, Deaeration Tank Replacement, Oil Water Separator Installation. Replace All Domestic Water Lines Inside Building, Restricted Access Design, Replace Sump Pump In Basement To Provide Duplex Unit, Increased Steam Tunnel Remediation Of Piping Supports And Associated Abatement, Testing, And Design. The Length Of Tunnel Remediation Included Is 240 Ft, Increased Steam Tunnel Lighting Replacement. A N+ 1 Temporary Boiler Configuration With Platforms For Boiler Personnel Use Along With A Boiler Personnel Operation Trailer. C. This Project Shall Installation, And Commissioning Of Fire Protection Sprinkler System For The Entire Building, The Electrical System, And The Boilers. These Modifications Will Not Change To The Exterior Of The Building. D. The Construction Work Does Not Require Coordination With Shpo. Applicable Codes And Standards: International Plumbing Code 2018 Edition Va Boiler Design Guides 2017 Edition International Mechanical Code 2015 Edition Ashrae Fundamentals Handbook 2015 Edition Nfpa 99 2021 Edition Va Plumbing Design Manual 2018 Edition Va Hvac Design Manual 2017 Edition Va Plumbing Design Manual 2018 Edition Existing Conditions: The Boiler Plant Is In Desperate Need Of Renovation To Include The Replacement All Major Components. The Two 400 Hp And One 150 Hp Boilers Are Beyond Their Useful Life And Require Replacement. The Building Infrastructure Needs Renovation To Comply With Present Occupancy, Workplace Use, And Safety Codes. Building 14 The Last Major Boiler Replacement Was Approximately 45 Years Ago. All Major Systems And Component Require Replacement. The Building Infrastructure Both Internally And Externally Is Crumbling And Require Significant Repair. The Physical Improvements Will Include A New Roof, Blast Resistant Storefront Windows, Energy Efficient Lights, Fresh Paint, New Flooring, Two Unisex Restrooms With Lockers And Dressing Spaces. Location Of Work: Central Alabama Veteran Health Care System, 215 Perry Hill Road Montgomery, Al 3610983 Period Of Performance: The Required Period Of Performance Will Be 915 Calendar Days From The Date Of Contract Award Or Notice To Proceed. Work Hours: The Contractor Shall Be Available During Normal Business Hours Of 8:00 Am 4:30 Pm, Monday Friday Excluding Federal Holidays. Contract Will Require Contractor To Work After Hours And On Weekends And Shall Be Coordinated With The Cor At Least 14 Business Days In Advance. Type Of Contract: This Shall Be A Firm Fixed Price Contract. General Requirements The Contractor Shall Provide The Cor With A List Of Contractor Employees Expected To Enter Facilities. While On Va Premises, All Contractor Personnel Shall Comply With The Rules, Regulations, And Procedures Governing The Conduct Of Personnel And The Operation Of The Facility. An Access Badge Will Be Given To The Contractor S Employee Upon Entrance Into Va Buildings. The Contractor Employee Must Safeguard The Access Badge And Immediately Report Any Lost, Stolen, Or Destroyed Badges To The Cor. All Contract Personnel Must Properly Display Their Access Badges. Access Badges Must Be Worn At Or Above The Waist (facing Forward.). The Contractor S Employees Must Return The Access Badge(s) To The Cor Or Designee When The Work Is Complete. It Is The Responsibility Of The Contractor S Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Shall Be Coordinated With Each Facility Cor. Cavhcs Does Not Validate Or Make Reimbursement For Parking Violations Of The Contractor S Personnel Under Any Circumstance. Government Responsibilities The Government Shall Be Responsible For Making The Building Available To Contractor During Normal Business Hours 8:00 Am - 4:30 Pm. If There Is A Need For Work To Be Done After Hours, The Government Will Plan For Contractor To Have Access To The Building. Contractor Personnel Security Requirements The Contractor Shall Be Required To Comply With All Security Policies/requirements. All Security Policies/requirements Must Be Met, And Employees Cleared Prior To The Contractor Performing Work Under This Contract. Employees That Cannot Meet The Security And Clearance Requirements Shall Not Be Allowed To Perform Work Under This Contract. Temporary Badges For All Workers Will Be Required To Access The Facilities. Coordinate With The Cor For Receipt Of The Temporary Badge. Interference To Normal Function Contractor May Be Required To Interrupt Their Work At Any Time So As Not To Interfere With The Normal Functioning Of The Facility, Including Utility Services, Fire Protection Systems, And Passage Of Facility Patients, Personnel, Equipment, And Carts. In The Event Of An Emergency, Contractor Services May Be Stopped And Rescheduled At No Additional Cost To The Government. Contractor Personnel Shall Inform The Cor Or The Designee Of The Need To Gain Access To Secured Areas. If Access Is Required To Secure Areas, Prearranged Scheduling Will Be Made With Cor Or Designee.
Closing Date31 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|||||||||
time Of Delivery (june 1997)|20|||||||||||||||||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16| Invoice And Receiving Reports Combo||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|||
integrity Of Unit Prices (nov 2021)|1||
warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|1 Year|45 Days Of 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 (jan 2025)|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.
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 This Contract.
required Rtat: Xx Days After Receipt Of Asset
throughput Constraint: Contractor Must Provide A Throughput Constraint For Each Nsn(s). Total Assets To Be Repaired Monthly After Initial Delivery Commences X/month (contractor Fill In #).
\
1. Scope
1.1 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document.
1.2 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.
1.3 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.
1.4 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:
valve Assembly,skid ;39-581-4; P/n, ;1630 012185613; Nsn, ;(81982) Latest Revision Of 39-581-4; Tech Publications
3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow.
repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s).
3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration
management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes
to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change.
3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any
delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A
requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility.
3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be
read As The "government Designated Agency"
3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential
diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test.
3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be
used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be
ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of
the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any
disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements.
3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not
included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such
determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi
sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather,
repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract.
3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra).
3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either:
3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The
inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The
contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work.
3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section
6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed.
3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And
is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units
determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior
to Undertaking Repair Of The Item.
after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations
and Dcma Disposal Procedures And Requirements.
3.5 4.0 Parts And Materials
3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material
used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein.
authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And
requires Specific Approval By The Pco.
3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications
requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which
require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To
manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own
risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The
government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility.
3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The
requirements Of This Contract.
3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall
provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of
such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With
appropriate Pass/fail Criteria Such As Certifications
and Actual Dimensonal Readings.
3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde.
3.5.6
3.6 Source And Location Of Repair Source:
3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed.
valve Assembly,skid ;hydro-aire Inc. (81982); Company Name , ;hydro-aire Inc.
d/b/a Crane Hydro-aire
3000 Winona Ave.
burbank, Ca. 91504-2540; Address , ;(81982); 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
quality Assusrance Iaw With Statement Of Work In Requirements Section
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
Closing Date24 Feb 2025
Tender AmountRefer Documents
Municipality Of Argao, Cebu Tender
Manpower Supply
Philippines
Details: Description The Bids & Awards Committee (bac) Of Municipality Of Argao, Cebu, Invites All Interested Suppliers/manufacturers/distributors/contractors/consultants To Apply For Eligibility And To Submit Bids For The Following: B.9 Mobilization /demobilization Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 Ls 1.00 L.s. Mobilization /demobilization Direct Cost: A. Materials: B. Manpower: C. Equipment And Water: Number Of Hours 1.00 15.00 A. Backhoe (0.80 Mᶾ) 1.00 15.00 B. Dumptruck (12 Ydᶾ) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.5 Project Billboard/signboard Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 Ls 1.00 L.s. Project Billboard/signboard Direct Cost: A. Materials: 64.00 Sq.ft. A. Tarpaulin (4' X 8') 37.00 Bd.ft. B. Lumber Coco 1.00 Kg C. Common Nails Assorted 2.00 Sheets D. Plywood Marine (1/4" X 4' X 8') B. Manpower: Number Of Days 4.00 1.00 A. Construction Foreman 4.00 1.00 B. Skilled Laborer 4.00 2.00 C. Unskilled Laborer C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.7(2) Occupational Safety And Health Program Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Occupational Safety And Health Program Direct Cost: A. Materials: Ppe 2769.00 Man-days A. Safety Helmet 2769.00 Man-days B. Safety Shoes 2769.00 Man-days C. Working Gloves 1.00 Set E. First Aid Kit B. Manpower: Number Of Days 15.00 1.00 A. Safety Practitioner/officer (part Time) C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 800(1) Clearing And Grubbing Quantity 720.00 M² Dpwh Standard Output Per Hour (oph)= 500.00 M² 720.00 M² Clearing And Grubbing Direct Cost: A. Materials: 0.00 0 0 B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B.unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 2.00 A. Dumptruck (12 Ydᶾ) 1.00 1.00 B.payloader (1.50 Mᶾ) 1.00 1.00 C.bulldozer (155 Hp), D65a-8 "note: Assumed Hauling Distance Is 3 Km. If Actual Hauling Distance Is Shorter Or Longer Than 3 Km, The Time Of Dump Truck Will Be Adjusted Accordingly Based On The Hauling Cycle Analysis. Based On Assumed 150 Mm Cut All Throughout. A Corresponding Adjustment In The Output Shall Be Computed Based On The Actual Field Requirements ." Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 803(1)a Structure Excavation (common Soil) Quantity 14.68 M3 Dpwh Standard Output Per Hour (oph)= 20.00 M3 14.68 M3 Structure Excavation (common Soil) Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. Backhoe (0.80 Mᶾ) 1.00 2.00 B. Dumptruck (12 Ydᶾ) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(1)a Embankment From Structure Excavation Quantity 14.68 M3 Dpwh Standard Output Per Hour (oph)= 9.84 M3 14.68 M3 Embankment From Structure Excavation Direct Cost: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 0.75 A. Plate Compactor (5 Hp) 1.00 0.75 B. Backhoe (0.80 M3) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(1) Embankment Quantity 72.00 M3 Dpwh Standard Output Per Hour (oph)= 9.84 M3 72.00 M3 Embankment Direct Cost: A. Material: 1.25 Cu.m Embankment Materials (with 25% Shrinkage Factor) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Plate Compactor (5 Hp) 0.75 1.00 B. Backhoe (0.80 M3) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(4) Gravel Bedding Quantity 44.79 M3 Dpwh Standard Output Per Hour (oph)= 1.20 M3 44.79 M3 Gravel Bedding Direct Cost: A. Materials: 1.05 M3 A. Gravel Bedding (g1)(w/5% Shrinkage Factor) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 8.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.50 1.00 A. Plate Compactor (5 Hp) 0.00 0.00 Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c2 " Structural Concrete (footing)" Quantity 4.64 M3 Dpwh Standard Output Per Hour (oph)= 0.36 M3 4.64 M3 " Structural Concrete (footing)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 4.00 B. Skilled Laborer 1.00 8.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c3 " Structural Concrete (wall Footing)" Quantity 4.32 M3 Dpwh Standard Output Per Hour (oph)= 0.36 M3 4.32 M3 " Structural Concrete (wall Footing) " Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 4.00 B. Skilled Laborer 1.00 8.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c4 " Structural Concrete (columns)" Quantity 5.39 M3 Dpwh Standard Output Per Hour (oph)= 0.36 M3 5.39 M3 " Structural Concrete (columns)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 4.00 B. Skilled Laborer 1.00 8.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c6 " Structural Concrete (ground Floor Slab)" Quantity 1.08 M3 Dpwh Standard Output Per Hour (oph)= 0.357 M3 1.08 M3 " Structural Concrete (ground Floor Slab)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c7 " Structural Concrete (concrete Bench)" Quantity 7.50 M3 Dpwh Standard Output Per Hour (oph)= 0.357 M3 7.50 M3 " Structural Concrete (concrete Bench)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 902(1) " Reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Quantity 1,742.08 Kg Dpwh Standard Output Per Hour (oph)= 143.44 Kg 1742.08 Kg " Reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Direct Cost: A. Materials: 1.00 Kg A. Deformed Reinforcing Steel - G40 0.02 Kg B. #16galvanized Iron Wire C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 12.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.50 1.00 A. Bar Cutter 0.50 1.00 B. Bar Bender Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 903 (2) Formworks And Falseworks Quantity 84.00 M2 Dpwh Standard Output Per Hour (oph)= 3.24 M2 84.00 M2 Formworks And Falseworks Direct Cost: A. Materials: 0.35 Pcs A. Ordinary Plywood - 3 Uses 7.19 Bd Ft B. Good Lumber - 3 Use 0.21 Kg C. Assorted Common Wire Nail D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Installation 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer Removal 0.41 1.00 A. Construction Foreman 0.41 6.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1046.00 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Quantity 103.20 M2 Dpwh Standard Output Per Hour (oph)= 3.83 M2 103.20 M2 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Direct Cost: A. Materials: 13.00 Pc A. 100 Mm Thk Chb (non-load Bearing) 13.00 Pc B.150mm Thk. Chb(non Load Bearing) 0.53 Bag C. Cement 0.04 Cu.m D.sand 3.24 Kg E. Reinforcing Steel 0.05 Kg F. #16 Tie Wire B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 5.00 B. Skilled Laborer 1.00 8.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1027(1) Cement Plaster Finish Quantity 206.40 M2 Dpwh Standard Output Per Hour (oph)= 7.13 M2 206.40 M2 Cement Plaster Finish Direct Cost: A. Materials: 0.33 Bag A. Cement 0.03 Cu.m B. Sand B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 6.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)b Metal Structure( 2 Seater Seesaw With Double Swing Set,2 Sets Playground Climber) Quantity 1,131.30 Kgs Dpwh Standard Output Per Hour (oph)= 85.00 Kg 1131.30 Kg Metal Structure( 2 Seater Seesaw With Double Swing Set,2 Sets Playground Climber) Direct Cost: A. Materials: 1.00 Kg A.structural Steel 0.01 Kg M. Acetylene 0.02 Kg N. Oxygen 0.02 Kg O. Welding Rod P. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer - Erection 0.49 3.00 Skilled Labore 0.49 3.00 Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Welding Machine 0.25 1.00 B. Cutting Outfit 0.49 1.00 C.truck Mounted Crane(20-25meters) Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (3)b Metal Structure (stair) Quantity 552.12 Kg Dpwh Standard Output Per Hour (oph)= 85.00 Kg 552.12 Kg Metal Structure (stair) Direct Cost: A. Materials: 1.00 Length/s A. Structural Steel 0.01 Tank H. Acetylene 0.02 Tank I. Oxygen 0.02 Box J. Welding Rod K. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer Erection 0.49 3.00 A. Skilled Labore 0.49 3.00 B.unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Welding Machine 0.25 1.00 B. Cutting Outfit 0.49 1.00 C.truck Mounted Crane(20-25meters) Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047(3)a Metal Structure Accessories Quantity 198.00 Each Dpwh Standard Output Per Hour (oph)= 85.00 Kg 198.00 Kg Metal Structure Accessories Direct Cost: A. Materials: 1.00 M A. Anchor Bolt (0.95kg Per 1 Pc - 600mm Anchor Bolt) 1.00 Pc B. Anchor Bolt (0.47kg Per 1 Pc - 300mm Anchor Bolt) C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 3.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1014.00 Prepainted Metal Sheets (hi Rib Roofing, Long Span, 0.427 Mm Thk.) Quantity 9.90 M2 Dpwh Standard Output Per Hour (oph)= 2.769 M2 9.90 M2 Prepainted Metal Sheets (hi Rib Roofing, Long Span, 0.427 Mm Thk.) Direct Cost: A. Materials: 1.00 M A. Prepainted Metal Sheets (rib Type, Long Span, 0.427mm Thk. 10.00 Pc B. Tek Screw B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 3.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(2)a1 Fabricated Metal Roofing Accessory Quantity 8.00 M Dpwh Standard Output Per Hour (oph)= 11.800 M 8.00 M Fabricated Metal Roofing Accessory Direct Cost: A. Materials: 1.05 M A. Gi Plain Sheets, Ga. 18x12' (0.701mmx2.44mm) 19.00 Pc B. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1038(1) " Reflective Insulation" Quantity 9.60 M2 Dpwh Standard Output Per Hour (oph)= 5.560 M2 9.60 M2 " Reflective Insulation" Direct Cost: A. Materials: 1.00 M2 A. Reflective Insulation B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1003(1) 4.5mm Fiber Cement Board On Metal Frame Walling Quantity 9.60 M2 Dpwh Standard Output Per Hour (oph)= 1.243 M2 9.60 M2 4.5mm Fiber Cement Board On Metal Frame Walling Direct Cost: A. Materials: 1.05 Sq.m A. 4.5mm Fiber Cement Board 1.13 Pc B. Metal Furring 0.36 Pc C. Carrying Channel 1.00 Pc D. Hanger Bars/rods 6.00 Pc E. Channel Clip 0.24 Pc F. Wall Angle 14.00 Pc G. Rivets 4.00 Pc G. 1" Metal Screw B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1100(10) Conduit Works, Boxes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= 1.000 I.s. 1.00 I.s. Conduit Works, Boxes And Fittings Direct Cost: A. Materials: 1.00 Length A. 25 Mm Ø X 3.00 M Rsc Pipe 80.00 Length B. 15 Mm Ø X 3.00 Mm Pvc Pipes 10.00 Pcs C. 15mm Ø Pvc Coupling 30.00 Pcs D. 15mm Ø Pvc Elbow 25.00 Pcs E. Utility Box 30.00 Pcs F. Junction Box 1.00 Pcs G. 25mm Ø Entrance Cap 0.00 0 H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 47.39 1.00 A. Construction Foreman 47.39 1.00 B. Skilled Laborer 47.39 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1101(33) Wires And Wiring Devices Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= 1.000 I.s. 1.00 I.s. Wires And Wiring Devices Direct Cost: A. Materials: 220.00 M A.3.5 Mm2 Electric Wire Thhn 160.00 M B.5.5 Mm2 Electric Wire Thhn 25.00 M C. 8.00 Mm2 Electric Wire (thhn) 4.00 Set E. Two-gang Switch 16.00 Set G. Duplex Convenience Outlet H. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 28.05 1.00 A. Construction Foreman 28.05 1.00 B. Skilled Laborer 28.05 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1102(1) Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Quantity 1.00 Set Dpwh Standard Output Per Hour (oph)= 1.000 Set 1.00 Set Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Direct Cost: A. Materials: 1.00 Set A. Panel Board With Main Breaker And 8 Branches 50 Amp - 200 Amp 1.00 Pcs B. 60 Amp. Plug-in Breaker 2.00 Pcs B. 30 Amp. Plug-in Breaker 2.00 Pcs B. 20 Amp. Plug-in Breaker 2.00 Pcs B. 15 Amp. Plug-in Breaker 0.00 0 B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 5.50 1.00 A. Construction Foreman 5.50 1.00 B. Skilled Laborer 5.50 2.00 C. Unskilled Laborer Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1103(1) Lighting Fixtures Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= 1.000 I.s. 1.00 I.s. Lighting Fixtures Direct Cost: A. Materials: 10.00 Set A. 1-18 Watts Downlight/pinlight,recessed Type 1.00 Units B. Emergency Lamp (twin Head) B. Manpower: Number Of Hours 29.00 1.00 A. Construction Foreman 29.00 1.00 B. Skilled Laborer 29.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1032(1)b Painting Works (wood Painting) Quantity 210.80 M2 Dpwh Standard Output Per Hour (oph)= 1.890 M2 210.80 M2 Painting Works (wood Painting) Direct Cost: A. Materials: 0.05 Gal A. Glazzing Putty 0.04 Gal B. Flat Wall Enamel 0.04 Gal C. Enamel Quick Dry 0.25 I D. Paint Thinner 0.01 Pint E. Tinting Color (optional) F. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1032(1)c Painting Works (metal Painting) Quantity 92.44 M2 Dpwh Standard Output Per Hour (oph)= 2.000 M2 92.44 M2 Painting Works (metal Painting) Direct Cost: A. Materials: 0.05 Gal A. Red Oxide Primer 0.10 Gal B. Enamel Paint 0.25 L C. Paint Thinner 0.00 0 D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 5.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1003(17) Carpentry & Joinery ( Wooden Balluster) Quantity 1.00 L.s Dpwh Standard Output Per Hour (oph)= 1.000 L.s 1.00 L.s Carpentry & Joinery ( Wooden Balluster) Direct Cost: A. Materials: 227.50 Bd.ft A. Good Lumber(210 Pcs 6.5"x1/2"x4ft) 20.00 Kg B. Assorted Cwnails D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 25.00 1.00 A. Construction Foreman 25.00 2.00 B. Skilled Laborer 25.00 6.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1003(18) Carpentry & Joinery ( Roof Framing) Quantity 1.00 L.s Dpwh Standard Output Per Hour (oph)= 1.000 L.s 1.00 L.s Carpentry & Joinery ( Roof Framing) Direct Cost: A. Materials: 172.00 Bd.ft A. Good Lumber (43 Pcs 2"x4"x6ft) 68.00 Bd.ft B. Good Lumber (34 Pcs 2'x2"x6ft) 12.00 Kg B. Assorted Cwnails 0.00 0 D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 25.00 1.00 A. Construction Foreman 25.00 2.00 B. Skilled Laborer 25.00 3.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1003(19) Carpentry & Joinery (wood Column) Quantity 1.00 L.s Dpwh Standard Output Per Hour (oph)= 1.000 L.s 1.00 L.s Carpentry & Joinery (wood Column) Direct Cost: A. Materials: 907.20 Bd.ft A. Good Lumber (21 Pcs 6"x6"x12ft) D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 25.00 1.00 A. Construction Foreman 25.00 2.00 B. Skilled Laborer 25.00 3.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1003(20) Carpentry & Joinery (beam) Quantity 1.00 L.s Dpwh Standard Output Per Hour (oph)= 1.000 L.s 1.00 L.s Carpentry & Joinery (beam) Direct Cost: A. Materials: 96.00 Bd.ft A. Good Lumber (10 Pcs 4"x4"x6ft) B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 25.00 1.00 A. Construction Foreman 25.00 3.00 B. Skilled Laborer 25.00 5.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1003(21) Carpentry & Joinery (wood Slab ) Quantity 1.00 L.s Dpwh Standard Output Per Hour (oph)= 1.000 L.s 1.00 L.s Carpentry & Joinery (wood Slab ) Direct Cost: A. Materials: 142.50 Bd.ft A. Good Lumber (25 Pcs 1"x9.5"x6ft) 15.00 Kg B.assorted Cwnails D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 25.00 1.00 A. Construction Foreman 25.00 3.00 B. Skilled Laborer 25.00 5.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1000(2) Wood Preservative Quantity 20.00 L Dpwh Standard Output Per Hour (oph)= 3.000 L 20.00 L Wood Preservative Direct Cost: A. Materials: 1.00 L A. Termite Control (solignum) 0.00 0 D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 20.00 1.00 A. Construction Foreman 20.00 2.00 B. Skilled Laborer 20.00 3.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1027(3) Concrete Pavers Quantity 49.50 M2 Dpwh Standard Output Per Hour (oph)= 0.500 M2 49.50 M2 Concrete Pavers Direct Cost: A. Materials: 0.33 Bag A. Portland Cement 0.03 Cu.m B. Sand 1.00 Sq.m C. Decorative Stone D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 5.00 B. Skilled Laborer 1.00 5.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) A.1 Playground Wall Climbing Quantity 1.00 Lot Dpwh Standard Output Per Hour (oph)= 1.000 Lot 1.00 Lot Playground Wall Climbing Direct Cost: A. Materials: 1.00 Lot A. Plastic Climbing Grip With Expansion Bolt , Safety Belt& Harness ,steel Pulley Wire Rope Ring Rail Wheel Traction Pulley Lifting Bearing Pulley, Climbing Rope(100 Meters) B. Manpower: Number Of Hours 56.00 1.00 A. Construction Foreman 56.00 3.00 B. Skilled Laborer 56.00 5.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) A.2 Playground Amenities Quantity 1.00 Lot Dpwh Standard Output Per Hour (oph)= 1.000 Lot 1.00 Lot Playground Amenities Direct Cost: A. Materials: 10.00 Meter/s A. Cable Wire Rope 10.60 Meter/s B. Abaca Rope 25.20 Meter/s B. Chain D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 40.00 1.00 A. Construction Foreman 40.00 3.00 B. Skilled Laborer 40.00 5.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) A.3 Perimeter Fence Quantity 1.00 Lot Dpwh Standard Output Per Hour (oph)= 1.000 Lot 1.00 Lot Perimeter Fence Direct Cost: A. Materials: 30.00 Rolls A. Interlink Wire(4") 4feet D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 40.00 1.00 A. Construction Foreman 40.00 3.00 B. Skilled Laborer 40.00 5.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax)
Closing Date12 Mar 2025
Tender AmountPHP 3.3 Million (USD 58 K)
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Others, Pipe Line Project
Corrigendum : Closing Date Modified
United States
Details: Notice Type: Sources Sought
solicitation No: N4008525r2522
response Date: 11/1/2024 2:00 Pm Eastern Time
classification Code: Y
naics Code: 236220
magnitude Of Construction: Between $25,000,000 And $100,000,000
this Is A Sources Sought Notice Only. This Is Not A Request For Proposal Or Invitation For Bid. There Will Not Be A Solicitation, Specifications Or Drawings Available At This Time.
the Naval Facilities Engineering Command, Mid-atlantic Is Seeking Eligible Small Businesses, Hub Zone Small Businesses, Small Disadvantaged Businesses, Veteran-owned Small Businesses, Service-disabled Veteran-owned Small Businesses, And Women-owned Small Businesses Capable Of Performing Design-bid-build, For The P502 Replace Mcas Beaufort Fuel Pier, Marine Corps Air Station Beaufort, South Carolina.
this Project Will Replace A Circa 1957 Pier With A New Fuel Pier That Meets Mil-hdbk- 1025/department Of Defense (dod) Unified Facilities Criteria (ufc) 2-000-05n, Facility Planning Criteria For Navy/marine Corps Shore Installations, Ccn 151-40, Ufc 4-150-02, Dockside Utilities For Ship Service, Ufc 3-201-01 Civil Engineering, Updated Sept 2020, And Ufc 4-152-01 Design: Piers And Wharves. Construction Will Include A Single Deck Fueling Pier Approximately 40 Linear Feet (lf) Wide And 169 Lf Long With A Pile Supported Concrete Approach That Is Approximately 25 Lf Wide And 200 Lf Long, With A Minimum 20 Lf Wide (inside Curb-to-curb) Vehicle One-way Travel Lane. The Piping Will Be Protected By Curbing On Either Side And Will Also Provide Containment In The Event Of A Leak.
connecting The Pier And Approach Is A Section Of The Pier Which Measures Approximately 40 Lf Wide By 63 Lf Long, Creating A Pier Resembling A T Shape.
the New Facility Will Be Constructed Concurrently With Demolition Of The Existing Facility, Allowing Ability To Maintain Existing Operations. Once Completed, The New Facility Will Also Serve As A Berthing/mooring Pier For Barges And At The Height Required Due To Slr. Primary Facilities Include New Concrete Piles, Decking, Storage Shed, Mooring Dolphins And Fuel Piping To/from The Loading Arm. Providing New Pier With Fueling Arm So That The Facility Will Have Two Defueling Options Instead Of Just One. This Added Redundancy Will Prove Advantageous In Case Of Maintenance On Either Defueling Access Point. Access To The Existing Small Support Crafts Will Be Maintained Throughout Construction, And The Approach Will Be In Almost The Same Footprint As Original, To Maintain Fuel Services, Temporary Lines May Be Required Or Existing Lines Supported In Place During Demolition And Construction.
the Fuel Pier Site Is Located In The 100-year Flood Plain. The 2018 Marine Corp Air Station Beaufort (mcas Be) Fuel Pier Analysis Concluded That Equipment Could Be Negatively Affected By Floodwaters Elevated To Two-feet Above The High-water Level Of A Projected
100-year Flood. The Recommended Elevation Was To Be 11.4 Feet.
in Sept 2020, The Ufc 3-201-01 Civil Engineering Was Updated For New Requirements, And Was Used In The 2021 Mcas Be Sea Level Rise (slr) Modeling Report. The Report Has Shown The Projected Slr Elevation In Coordination With The Updated Ufc 3-201-01 Civil Engineering, Ufc 3-460-01 Design: Petroleum Fuel Facilities, And Ufc 4-152-01 Design: Piers And Wharves. The Navfac Slr Subject Matter Expert (sme) Advised That P502 Will Fall Within Subcategory 3b: (high Risk, Essential Facilities) From Table 2-1 For Design Flood Elevation In Ufc 3-201-01. The Slr Sme Further Recommended Following The Department Of Defense Regional Sea Level (drsl) Database Approach, To Determine The Pier Deck Elevation. The Second Approach Outlined By Ufc 3-201-01 Is The Drsl Approach That Bases The Design Flood Elevation On The Drsl 2065 High Slr Scenario. Based On The Drsl Approach, The Bottom Of The Deck Would Need To Be At An Elevation Of 14.66 Feet Above Current Sea Level.
this Project Includes The Realignment And Elevation Of Quilali Road To The Extent Required In Order To Provide Proper Access And Slope To The New Pier Deck Height. The New Road Will Be Elevated And Extended To Allow For Gradual Grading, With Sloped Embankments And Riprap Revetment On The Waterside To Prevent Erosion. [navfac Structural Engineer]
tie-ins To Existing Infrastructure Such As Pump Stations And Storage Tanks Will Be Needed.
additional Items Include Flexible Connections Where The Trestle Ties Into The Bulkhead/roadway. There Will Be Around A 6% Slope Along Quilali Road To Accompany The Adjusted Height Of The Pier. There Needs To Be An Elevation Difference Less Than 6.4 Ft From The Shore To The Deck Of The New Wharf. Elevate Parts Of Quilali Road Eight Percent To Support Smooth Transition Of Trucks/mobile Cranes From Trestle To Wharf, And Having A Floating Wharf For Defueling In Accordance With Ufc 4-152-01 Design: Piers And Wharves. [2021 Slr Modeling Report.]
the Existing Small Boat Facility Will Have A Gangway Added From The Newly Constructed Pier Along With Connections To A New Water Line. The Length Of The Gangway May Need To Be Altered To Avoid Becoming Too Steep After The Increase In Pier Height Requirement. In Addition, Breasting Platforms May Need To Be Elevated And According To Exwc Report From 2018 Marine Corp Air Station Beaufort (mcas Be) Fuel Pier Analysis The Small Boat Facility May Need To Be Replaced Due To Structural Deficiencies And Maintenance Issues.
operations And Maintenance Support Information (omsi) Is Included In This Project.
facilities Will Be Designed To Meet Or Exceed The Useful Service Life Specified In The Dod Unified Facility Criteria. Facilities Will Incorporate Features That Provide The Lowest Practical Life Cycle Cost Solutions Satisfying The Facility Requirements With The Goal Of Maximizing Energy Efficiency.
supporting Facilities Include Utilities And Connections (lighting, Power, And Potable Water Lines), Minor Site Civil Work (riprap, Fill, Etc.) And Site Demolition. Site Demolition Will Include Removing The Existing Decking, Beams, Vertical Piles, Utility Lines, Fuel Piping, Potable Water Piping, And Mooring. Existing Equipment Such As Oil Booms, Etc. Will Be Reused If Available And In Good Condition. Along With The Utilities, The Assumption Is That A Fire Protection Would Be Required In The Form Of A Stand-pipe System.
this Project Will Provide Anti-terrorism/ Force Protection (at/fp) Features And Comply With At/fp Regulations And Physical Security Mitigation In Accordance With Ufc 4-020-01 Dod Security Engineering Facilities Planning Manual.
special Costs Include Post Construction Contract Award Services (pcas), Geospatial Surveying & Mapping, And Cybersecurity Commissioning.
facility-related Control Systems Include Cybersecurity Features In Accordance With Current Dod Criteria.
dod And Department Of The Navy Principles For High Performance And Sustainable Building Requirements Will Be Included In The Design And Construction Of The Project In Accordance With Federal Laws And Executive Orders. Low Impact Development Will Be Included In The
design And Construction Of This Project As Appropriate.
facilities Will Be Designed To Meet Or Exceed The Useful Service Life Specified In Dod
unified Facility Criteria. Facilities Will Incorporate Features That Provide The Lowest
practical Life Cycle Cost Solutions Satisfying The Facility Requirements With The Goal Of
maximizing Energy Efficiency.
the Appropriate Northern American Industry Classification System (naics) Code For This Procurement Is 236220 – Commercial And Institutional Building Construction, And The Small Business Size Standard Is $45,000,000. In Accordance With Dfars 236.204, The Magnitude Of Construction For This Project Is Between $25,000,000 And $100,000,000. The Contract Will Include Far Clause 52.219-14 Limitations On Subcontracting, Which States That “the Concern Will Perform At Least 15 Percent Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees.” This Office Anticipates Award Of A Contract For These Services By Nov 2025.
it Is Requested That Interested Small Businesses Submit To The Contracting Officer A Capabilities Package, To Include The Sources Sought Contractor Information Form, Sources Sought Project Information Form And Sources Sought Project Matrix, Provided As Attachments To This Notice.
the Sources Sought Project Information Form And Sources Sought Project Matrix Shall Be Used To Document A Minimum Of One (1) Fuel Transfer Facility And Up To A Maximum Of Five (5) Relevant Construction Projects Completed In The Past Ten (10) Years That Best Demonstrate Experience On Projects That Are Similar In Size, Scope And Complexity To The Project Described Herein.
a Relevant Project Is Further Defined As:
size: Final Construction Cost Of $10 Million Or Greater. Total Construction Area Of More Than 5,000 Square Feet.
scope: Prime And/or Subcontractor With Construction Of Municipal, Governmental, Industrial Fuel Transfer Facility With Reinforced Concrete Pile Supported Waterfront Structure Experience. Fuel Facilities Will Include Fuel Transfer Equipment.
complexity: While Also Meeting The Scope Requirements Set Out Above, The Following Complexity Requirements Shall Be Met Collectively By The Projects Submitted, I.e. Each Submitted Project Does Not Require Demonstrated Experience With All Of The Following Components, But Collectively, Experience With All Of The Complexity Elements Below Must Be Established Throughout The Submitted Relevant Projects. Each Project Submitted Must Demonstrate Experience Constructing A New Reinforced Concrete Pile Supported Structure In A Waterfront Environment:
dod, Commercial, Or Municipal Fuel Transfer Facility;
dod, Commercial, Or Municipal Waterfront Reinforced Concrete Pier.
ensure That The Project Description Clearly Identifies Whether The Project Is New Construction Or Repair/renovation, Addresses How The Project Meets The Scope And Complexity Requirements As Delineated Above, And Provides The Final Construction Cost.
please Note That If You Are Responding As An 8(a) Mentor-protégé, You Must Indicate The Percentage Of Work To Be Performed By The Protégé.
a Copy Of The Sba Letter Stating That Your 8(a) Mentor-protégé Agreement Has Been Approved Would Be Required With Your Proposal, If Requested.
this Notice Is A Market Research Tool Being Used To Determine The Availability And Adequacy Of Potential Small Business Sources Prior To Determining The Method Of Acquisition And Ultimate Issuance Of A Solicitation.
upon Review Of Industry Response To This Sources Sought Notice, The Government Will Determine Whether Set-aside Procurement In Lieu Of Full And Open Competition Is In The Government’s Best Interest. Large Business Submittals Will Not Be Considered. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice.
the Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable.
all Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. Points Of Contact Listed May Be Contacted For The Purpose Of Verifying Performance.
responses Are Due Nlt 01 Nov 2024, 2:00 Pm Est.
the Package Shall Be Sent Via Electronic Mail To Scott Schulz At Scott.c.schulz.civ@us.navy.mil.
attachments Are Limited To A Total Of 5mb.
Closing Date24 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n743.35|wwj|717-605-8399|tiana.hammaker@navy.mil|
item Unique Identification And Valuation (mar 2016)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C And Section E|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version (jun 2002)|8|x||x||||||
time Of Delivery (june 1997)|20|0001|5|180||||||||||||||||||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (dec 2018)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|n50286|tbd|||n/af||||||
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 (june 2003)|6|one Year|365 Days After The Last Delivery Under This Contract |||||
warranty Of Data--basic (mar 2014)|2|||
buy American --free Trade Agreements--balance Of Payments Program - Basic(deviation 2020-o0019) (jul 2020))|3||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (nov 2020)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate (deviation 2020-o0019) (jul 2020))|3||||
buy American-balance Of Payments Program Certificate-basic (nov 2014)|1||
annual Representations And Certifications (mar 2020)|13|335312|1250||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
evaluation Criteria And Basis For Award-|1||
solicitation Due Date Has Been Extended.
quantity Has Been Incrased To 6.
solicitation Due Date Is Hereby Extended.
1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg.
2. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By
facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Here In.
3.the Following Proposed Delivery Schedule Applies:
submission Of All Certification Data Cdrls 20 Days Prior To Delivery.
pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt
final Delivery Of Material (180 Days)
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
1.1.1 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This Material.
1.1.2 This ;motor Controller Ay; Contains Non-metallic Materials Which Must Satisfy The Toxicity And Flammability Requirements Of Navsea Ss800-ag-man-010/p-9290. Use Of Any Material Other Than That Specified Requires Special Engineering Approval And May
require Testing.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.3 Specification Revisions - The Specification Revisions Listed Under "docu Ments References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
2.3.1 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order.
drawing No Cage Rev Distr Cd
;50271205 95310 E B;
2.3.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
drawing Data=8500400 |53711| B| |d|0001 | |49998|1165538
drawing Data=8500409 |53711| C| |d|0001 | |49998|4778725
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a|1 | |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
document Ref Data=ss800-ag-man-010/p-9290 | | | |200424|a| |04|
3. Requirements
3.1 ;the Motor Controller Ay Must Be Made In Accordance With Navsea Drawing 8500409 Item 41-5 Ac Winch Controller, Except As Amplified Or Modified Herein.;
3.2 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings Is Still Required, But Certifications Are Only Required As Listed Below.
3.3 ;ac Winch Controller In Accordance With Crane Midwest Dwg 50271205 Requires Implodable Volume Testing.;
3.4 Testing For All Critical Implodable Volumes Must Include Submergence Pressure Test To ;134 Psig; For 10 Cycles:
- Ten (10) Minutes At Test Pressure For Cycles 1-9
- One (1) Hour At Test Pressure For Cycle 10
the Test Must Be Conducted In 35 Degrees Fahrenheit Seawater If Practical. Leakage Or Visible Signs Of External Damage Must Be Cause For Test Failure. Pressure And Temperature Testing Equipment Used To Perform This Test Must Be Calibrated. Pressure Gauges Used
for This Testing Must Conform To The Following:
3.4.1 Selecting Master Hydrostatic Test Gages. When Selecting A Hydrostatic Test Gage, The Test Gage Range Should Be Greater Than The Test Pressure But Should Not Be More Than Twice That Of The Maximum Test Pressure Except For Test Pressures Below 60 Psi As
indicated On The "master Gage Selection For Hydro". See Reference Number Csd012 Of The Contract Support Library Page Of The Electronic Contractor Data Submission (ecds) System At Https://register.nslc.navy.mil/
3.4.2 Master Hydrostatic Test Gages And Backup Gages Must Have An Accuracy Of At Least +1.0 Percent Of Gage Span. In Addition, Master Hydrostatic Test Gages Must Have Graduations Equal To Or Smaller Than Those Shown In Table 504-6-1. Backup Gages May Be
installed With Dial Sizes Of 4 1/2 Inches Or Larger.
3.5 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The
following Must Be Used:
For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig/-0psig.
For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of Thesmallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig.
30 Minutes / - 0 Minutes. Above 2500 Psig, The Pressure Tolerance Must Be +2%/-0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig.
The Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In
this Contract, The Following Must Be Used:
For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes.
For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes.
For A Test Duration Of More Than 24 Hours, The Tolerance Must Be + 60 Minutes/- 0 Minutes.
3.5.1 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s).
3.6 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
3.7 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.7.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A
copy Of This Request To The Qar. Requests Must Include The Information Listed Below.
A. A Complete Description Of The Contract Requirement Affected
And The Nature Of The Waiver/deviation (non-conformance),
Including A Classification Of Critical, Major, Or Minor.
B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This
Configuration.
C. Any Impacts To Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel Or Impacts To The Operational Use Of The Product.
D. Information About Remedial Action Being Taken To Prevent Reoccurrence
Of The Non-conformance.
3.7.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/
3.7.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
A. The Change Priority, Change Classification (class I Or Class Ii),
And Change Justification.
B. A Complete Description Of The Change To Be Made And The Need For
That Change.
C. A Complete Listing Of Other Configuration Items Impacted By The
Proposed Change And A Description Of The Impact On Those Cis.
D. Proposed Changes To Documents Controlled By The Government.
E. Proposed Serial/lot Number Effectivities Of Units To Be
Produced In, Or Retrofitted To, The Proposed Configuration.
F. Recommendations About The Way A Retrofit Should Be Accomplished.
G. Impacts To Any Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel In Support Of The Product.
H. Impacts To The Operational Use Of The Product.
I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
J. Milestones Relating To The Processing And Implementation Of The
Engineering Change.
3.8 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
^ Quality Assurance Requirements ^
3.9 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate.
3.9.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality
requirements Established In The Contract/purchase Order.
3.9.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon
notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative.
3.9.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Deep Submergence Systems Program (dssp) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco)
prior To Award Of Any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At Navicp-mech May Request The Pco Waive This Requirement.
3.9.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly
notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency
(dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately.
3.9.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption.
3.10 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved
and Rejected And The Nature Of Corrective Action Taken As Appropriate.
3.10.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made
available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition.
3.10.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions
provided By The Government Representative.
3.11 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured/performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization Of
the Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased.
when The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of
this Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract
management Agency (dcma) Office. In The Event That A Local Government Representative Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.12 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following:
3.12.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.12.2 Inspection For Completeness And Proper Type.
3.12.3 Verification Of Material Quality Received.
3.12.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.12.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.12.6 Identification And Protection From Improper Use Or Disposition.
3.12.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And
necessity For Withholding The Material From Use.
3.12.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On
bailed Property Must Be Maintained.
3.12.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.13 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Dssp Systems, It Is Imperative That Traceability Be Maintained From The Material To All Required Objective Quality Evidence (oqe).
3.13.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order.
3.14 Material Traceability - Traceability Markings Must Be Permanently Applied To The Material In Accordance With Mil-std-792 Or To A Tag Affixed To The Material, And Annotated On The Required Oqe. The Traceability Marking May Be Any Vendor Traceability
number/code Which Provides Complete Traceability To The Required Oqe. Traceability Marking/identification May Include Such Items As Nomenclature, Part Number, Technical Description, National Stock Number (nsn), Etc. Traceability Must Be Maintained Through All
process Operations Including Any Subcontracted Operations, To The Finished Component.
3.14.1 When Traceability Markings On The Material Would Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical,
an Appropriate Material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed.
the Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Material Or Loss Of Traceability. The Traceability Marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.14.2 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings On The Material, Purchase Or Work Orders Must Specify A
method And Marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.15 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.15.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military
specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code),
table Iia (for Sample Size).
small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot.
3.15.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The
government Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above.
3.15.3 All Oqe Required By The Contract And All Data Concerning Material Traceability (oqe To Traceability Marking) Must Be 100% Inspected. The Certification Test Reports Must Also Be 100% Inspected For Completeness And Legibility.
3.16 Test Certification - When Test Certifications Are Required Elsewhere In The Contract, Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True"
are Not Acceptable.
3.16.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.17 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address, Phone Number And Date.
2. The Contract/purchase Order Number (i.e. N00104-11-p-fa12)
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9digit Niin, And The Two Digit Smic (i.e. 1h 4820 012345678 D4)
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds. ("n/a" When Not Applicable).
5. Cure Date ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement For Any Hull, Mechanical And Electrical (hm&e) Testing Required That Include The Name Of The Test And That It Was Performed Satisfactorily. If No Hm&e Testing Is Required, The Statement Should Read "hull, Mechanical And Electrical (hm&e) Testing
n/a."
9. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements.
10. Contractor's Or Authorized Personnel's Signature.
3.17.1 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, Or S-5343934-3, The Certificate Of Compliance Must Also Include The Information Below:
11. A Notation That 32 Root Mean Square (rms) Finishes Are In Accordance With The Specifications And Are Free Of Imperfections.
12. Direct Reading Of O-ring Surface Diameters With Specified Standard.
3.18 See Cdrl Di-misc-80678 (soc Critical Volume Testing) - The Critical Volume Test Record (implodable/explodable), As A Minimum, Must Include The Following Information:
A. Name(s), Model Number(s), And Serial Number(s) Of Component(s) Tested.
B. Date Of Test.
C. Serial Number(s) Of Gage(s) Used For The Test.
D. Last Calibration Date Of The Pressure Gage(s) Used In The Test.
E. Next Calibration Due Date Of The Pressure Gage(s) Used In The Test.
F. Test Medium Temperature Required And Actual Test Medium Temperature Used.
G. Pressure Range And Accuracy Of Gage(s) Used.
H. Test Pressure For Each Pressure Cycle.
I. Required And Actual Duration Of Each Pressure Cycle.
J. Results Of The Test (i.e., Sat Or Unsat) Per The Above Criteria.
K. Printed Name(s) And Signature(s), Or Identification Number(s) And
Signature(s) Of Test Conductor(s)/inspector(s), And The Date Of Each
Signature.
4. Quality Assurance
4.1 Notes To Dcma Qar And The Contractor -
4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A
disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A
record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco.
4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders.
4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The
contracting Agency As Important, Are Observed And Evaluated.
6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government
representative Prior To Shipment.
6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied
conforms To The Specified Requirements.
6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following:
- The Requirements Of This Contract/purchase Order.
- Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.).
- Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards.
- Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving:
- Performance
- Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts
- Health Or Safety
- Effective Use Or Operation
- Weight, Stability, Or Structural Integrity
- System Design Parameters As Schematics, Flows, Pressures Or Temperatures
- Compartment Arrangements Or Assigned Function
6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification.
6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;- 10/20/2016 - Updated Ecds Url
- Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed
- Oct 29 2010 - Added Sampling Std For Li In-process Testing
- Sep 30 2008 - Thread Inspection Requirements Were Clarified
- Dec 17 2011 - Began Using Ecds For Submissions
- Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section
- Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section;
date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Date7 Feb 2025
Tender AmountRefer Documents
STATE, DEPARTMENT OF USA Tender
Others...+2Electrical and Electronics, Solar Installation and Products
Corrigendum : Closing Date Modified
United States
Details: U.s. Embassy Malabo
date: December 20, 2024
request For Quotation # 19ek2025q0002
replacement Of On-compound Residential Solar Water Heaters
the U.s. Embassy In Malabo, Equatorial Guinea Invites Vendors To Submit A Quotation For The Replacement Of On-compound Residential Solar Water Heaters.
instructions To Quoters:
in Order For Your Quotation To Be Considered, Each Offer Must Include The Following:
completed Pricing Table – Section I - A.
completed Quoter’s Info – Section Ii.
completed Technical Requirements, To Include The Following Information Demonstrating The Quoter’s Ability To Perform:
name Of A Project Manager (or Another Liaison To The Embassy) Who Understands Written And Spoken English.
evidence That The Quoter Operates Established Business With A Permanent Address And Telephone Listing.
evidence That The Quoter Has The Necessary Personnel, Equipment, And Financial Resources Available To Perform The Work.
a Proof Showing That Contractor Has Already Started The Sam Registration Process. Sam Registration “system For Award Management” Is Required For Contracts Exceeding Us$30,000.00. See Exhibit A And The Following Link For Further Instructions: Https://www.fsd.gov/sys_attachment.do?sys_id=9a12412bdb7bbd90a8cb4a391396194f
contractor’s Certification Regarding The National Defense Authorization Act (ndaa) Clauses (52.204-24, 52-204-25 And 52-204-26). See Certification Instructions In Exhibit B.
your Quotation By Email To Malabop@state.gov No Later Than Close Of Business On Monday, Jan 6, 2025. No Quotation Will Be Accepted After This Time.
you Are Encouraged To Make Your Quotation Competitive. The Rfq Does Not Commit The American Embassy To Make Any Award. The Embassy May Cancel This Rfq Or Any Part Of It. The Embassy May Award Multi Contracts Against This Requirement And It Reserves The Right To Reject Proposals/quotations That Are Unreasonably Low Or High In Price.
direct Any Questions Regarding This Rfq By Email To Malabop@state.gov
thank You.
section I
pricing Table
no.
description
total Cost (usd)
1
replacement Of On-compound Residential Solar Water Heaters
grand Total:
b. Statement Of Work
introduction
overview & Description: The U.s. Embassy Malabo Requires The Replacement Of On-compound Residential Solar Water Heaters. The Solar Water Heaters Were Originally Installed During Initial Construction And Are At The End Of Their Useful Life. Many Have External Leaks And Are Isolated From The System.
location: The Facility, U.s. Embassy Is Located In The Capital Of Equatorial Guinea, Malabo. All Onsite Inspections Shall Be Requested Through The U. S. Embassy’s Facility Manager (fm) Or Contracting Officer Representative (cor).
objective: The Objective Of Solar Water Heater Replacement Is To Restore Efficiency To The Water Heating System And Reduce The Burden On Electrical Water Heaters, Effectively Extending Their Life.
communication: The Fac Team Maintain Contact With The Project Lead: Michael Macsay, Facility Manager (fm), U.s. Embassy Malabo, Email: Macsaymd@state.gov, Mobile: +240-555-000-306.
project Phases
receipt And Inspection: Once Solar Water Heaters Are Received, They Will Be
inspected By Facilities (fac) Personnel For Damage From Shipping.
removal And Installation: Old Solar Water Heaters Will Be Removed From The
system And Lowered To The Ground For Disposal. Replacement Water Heaters Will Be Raised To The Roof And Installed Per Manufacturer’s Instructions.
2.2.1 Note: A Crane And Rigging Will Be Required To Remove And Install
Solar Water Heaters.
commissioning: Upon Complete Installation, Solar Water Heaters Will Be Tested
and Commissioned Within The Guidelines Set By The Manufacturer.
general Requirements
work Shall Be Performed In Accordance With Overseas Building Operations (obo) Safety, Health, And Environmental Management (shem) Standards. Proper Lifting And Rigging Practices Shall Be Followed During Installation And Removal The Solar Water Heaters.
proper Ppe Shall Be Worn At All Times During The Removal/installation Process.
work Shall Be Performed In Accordance With The Manufacturer’s Guidelines To Ensure Warranty Is Not Voided.
any Damage To Grass And/or Vegetation During Removal And Installation Of Solar Water Heaters Shall Be The Responsibility Of The Fac Team To Replace. Precautions Shall Be Taken To Ensure Damage To Post’s Grass And Vegetation Is Minimized.
responsibilities Of The Fac Team
project Safety Plan (psp): Fm/posho And Aposho Will Develop A Project Safety Plan Using Us Army Corp Of Engineers (usace) Em385-1-1. The Plan Will Be Communicated To The Fac Staff Performing The Work.
fac Staff Shall Adhere To The Project Safety Plan Throughout The Duration Of The Project. Safety Violations And Injuries Shall Be Reported Immediately To The Posho/aposho.
quality Management Plan (qmp): Fm Shall Establish A Quality Management Plan To Include Inspection To Adherence With Installation Guide. Regular Inspections Between Coatings Will Be Conducted With The Designated Supervisor Of The Crew. The Crew Shall Repair Any Inconsistencies Found Within The Coatings As Defined By The Qmp.
pre-project Requirements
tooling & Materials: All Tooling And Materials Shall Be Inventoried Prior To The Start Of The Project To Ensure Efficiency And The Success Of The Project. All Tooling Will Be Approved By The Fm And Designated Project Supervisor Prior To Ordering.
storage: Storage Shall Be Maintained In Accordance With The Storage Instructions From The Manufacturer. Proper Storage Of Resurfacing Materials Is Essential, And A Space Shall Be Identified Prior To The Project Start.
all Workers Shall Review The Qmp To Understand The Standards To Be Met In The Application Of The Tennis Court Resurfacing. Any Deviation From The Installation Guide And Manufacturers Standards, May Cause The Resurfacing Materials To Degrade Or Fail Earlier Than Expected.
all Workers Shall Review The Psp Set By The Fm/posho To Ensure Standards Set Forth Can And Will Be Adhered To.
project Requirements
all Workers Shall Adhere To The Psp Set Forth By The Fm/posho.
all Workers Shall Adhere To The Qmp And Request Inspections Or Understand That Surprise Inspections Will Be Conducted To Ensure Quality Of Work.
supervisor And Workers Will Adhere To The Manufacturer’s Installation Guide.
technical Specifications: Refer To Appendix A For Technical Specifications Of The Solar Water Heater Requirements.
reference Material
work Shall Be Performed In Accordance With The Following References:
manufacturer’s Installation Guide.
usace 385-1-1.
post Quality Management Plan (qmp)
appendix A
technical Specifications
component
specification
collector Housing
uv Protected
cover
antireflex Glass (double Coated)
absorber/tank Capacity
40 Gal (150 Liter)
absorber/tank Construction
steel
section Ii
contractor’s Information & Signatures:
contractor’s Name
company Name
address
uei #
ncage #
office Tel #
fax #
mobile #
email
name Of Person Authorized To Sign: ___________________________________________________________
signature Of Person Authorized: ______________________________________________________________
the Penalty For Making False Statements Is Prescribed In The U.s. Criminal Code, 18 U.s.c. 1001
exhibit A
sam.gov Registration
the Federal Acquisition Regulation (far) - Clause # 52.204-7 - Requires All Contractors To Be Registered In The System For Award Management “sam” Database. Registration In Sam Is Mandatory Prior To Signing Any Contract That Exceeds $30,000. As We Would Like To Continue Working With You In The Near Future, We Suggest That You Start The Registration Process Asap As This Requirement Is Time Consuming.
the Registration Process Starts With Obtaining A Uei Number And A Ncage Code. You Should Be Prepared To Provide The Following Information:
(i) Company Legal Business.
(ii) Trade Style, Doing Business, Or Other Name By Which Your Entity Is Commonly Recognized.
(iii) Company Physical Street Address, City, State, And Zip Code.
(iv) Company Mailing Address, City, State And Zip Code (if Separate From Physical).
(v) Company Telephone Number.
(vi) Date The Company Was Started.
(vii) Number Of Employees At Your Location.
(viii) Chief Executive Officer/key Manager.
(ix) Line Of Business (industry).
(x) Company Headquarters Name And Address (reporting Relationship Within Your Entity).
if A Contractor Does Not Become Registered In The Sam Database In The Time Prescribed By The Contracting Officer, The Contracting Officer Will Proceed To Award To The Next Otherwise Successful Registered Contractor.
if You Have Any Questions During The Registration Process, You Will Need To Contact The Customer Service For Sam By Registering Or Contacting The Following Website:
federal Service Desk
url: Www.fsd.gov
hours: 8am - 8pm (eastern Time)
us Calls: 866-606-8220
international Calls: 334-206-7828
dsn: 866-606-8220
exhibit B
ndaa Certification
the Us Embassy Must Comply With Section 889(a)(1)(b) Of The Fy2019 National Defense Authorization Act And Is Prohibited From Entering Into A Contract, Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless A Waiver Is Granted.
as Defined In Statute, Covered Telecommunications Equipment Or Services Means The Following: Telecommunications Equipment Produced By Huawei, Zte, Hikvision, Dahua, And Hytera, Or Their Subsidiaries Or Affiliates.
contractor’s Certification:
contractor’s Certification In Response To The National Defence Authorization Act (ndaa) Clauses (52.204-24, 52-204-25 And 52-204-26) – The Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment:
by Affixing Your Authorized Signature In Section Ii And Submitting This Certification, The Undersigned Certifies That Neither It, It’s Principals Nor Affiliates, Will Be Supporting The Us Embassy Using The Proscribed Equipment Or Services.
far Clauses Incorporated In Full Text:
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (aug 2020)
the Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It “does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument” In The Provision At 52.204-26, Covered Telecommunications Equipment Or Services—representation, Or In Paragraph (v) Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Items.
(a) Definitions. As Used In This Provision-
backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential
component Have The Meanings Provided In The Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.
(b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To—
(i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or
(ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To—
(i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or
(ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For “covered Telecommunications Equipment Or Services.”
(d) Representations. The Offeror Represents That—
(1) It [] Will, [] Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds “will” In Paragraph (d)(1) Of This Section; And
(2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That—
it [] Does, [] Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds “does” In Paragraph (d)(2) Of This Section.
(e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded “will” In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer:
(i) For Covered Equipment—
(a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known);
(b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And
(c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision.
(ii) For Covered Services—
(a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or
(b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision.
(2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded “does” In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer:
(i) For Covered Equipment—
(a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known);
(b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And
(c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision.
(ii) For Covered Services—
(a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or
(b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision.
(end Of Provision)
52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (aug 2020)
definitions. As Used In This Clause—
backhaul Means Intermediate Links Between The Core Network, Or Backbone Network, And The Small Subnetworks At The Edge Of The Network (e.g., Connecting Cell Phones/towers To The Core Telephone Network). Backhaul Can Be Wireless (e.g., Microwave) Or Wired (e.g., Fiber Optic, Coaxial Cable, Ethernet).
covered Foreign Country Means The People's Republic Of China.
covered Telecommunications Equipment Or Services Means—
(1) Telecommunications Equipment Produced By Huawei Technologies Company Or Zte Corporation (or Any Subsidiary Or Affiliate Of Such Entities);
(2) For The Purpose Of Public Safety, Security Of Government Facilities, Physical Security Surveillance Of Critical Infrastructure, And Other National Security Purposes, Video Surveillance And Telecommunications Equipment Produced By Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, Or Dahua Technology Company (or Any Subsidiary Or Affiliate Of Such Entities);
(3) Telecommunications Or Video Surveillance Services Provided By Such Entities Or Using Such Equipment; Or
(4) Telecommunications Or Video Surveillance Equipment Or Services Produced Or Provided By An Entity That The Secretary Of Defense, In Consultation With The Director Of National Intelligence Or The Director Of The Federal Bureau Of Investigation, Reasonably Believes To Be An Entity Owned Or Controlled By, Or Otherwise Connected To, The Government Of A Covered Foreign Country.
critical Technology Means—
(1) Defense Articles Or Defense Services Included On The United States Munitions List Set Forth In The International Traffic In Arms Regulations Under Subchapter M Of Chapter I Of Title 22, Code Of Federal Regulations;
(2) Items Included On The Commerce Control List Set Forth In Supplement No. 1 To Part 774 Of The Export Administration Regulations Under Subchapter C Of Chapter Vii Of Title 15, Code Of Federal Regulations, And Controlled—
(i) Pursuant To Multilateral Regimes, Including For Reasons Relating To National Security, Chemical And Biological Weapons Proliferation, Nuclear Nonproliferation, Or Missile Technology; Or
(ii) For Reasons Relating To Regional Stability Or Surreptitious Listening;
(3) Specially Designed And Prepared Nuclear Equipment, Parts And Components, Materials, Software, And Technology Covered By Part 810 Of Title 10, Code Of Federal Regulations (relating To Assistance To Foreign Atomic Energy Activities);
(4) Nuclear Facilities, Equipment, And Material Covered By Part 110 Of Title 10, Code Of Federal Regulations (relating To Export And Import Of Nuclear Equipment And Material);
(5) Select Agents And Toxins Covered By Part 331 Of Title 7, Code Of Federal Regulations, Part 121 Of Title 9 Of Such Code, Or Part 73 Of Title 42 Of Such Code; Or
(6) Emerging And Foundational Technologies Controlled Pursuant To Section 1758 Of The Export Control Reform Act Of 2018 (50 U.s.c. 4817).
interconnection Arrangements Means Arrangements Governing The Physical Connection Of Two Or More Networks To Allow The Use Of Another's Network To Hand Off Traffic Where It Is Ultimately Delivered (e.g., Connection Of A Customer Of Telephone Provider A To A Customer Of Telephone Company B) Or Sharing Data And Other Information Resources.
reasonable Inquiry Means An Inquiry Designed To Uncover Any Information In The Entity's Possession About The Identity Of The Producer Or Provider Of Covered Telecommunications Equipment Or Services Used By The Entity That Excludes The Need To Include An Internal Or Third-party Audit.
roaming Means Cellular Communications Services (e.g., Voice, Video, Data) Received From A Visited Network When Unable To Connect To The Facilities Of The Home Network Either Because Signal Coverage Is Too Weak Or Because Traffic Is Too High.
substantial Or Essential Component Means Any Component Necessary For The Proper Function Or Performance Of A Piece Of Equipment, System, Or Service.
(b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. The Contractor Is Prohibited From Providing To The Government Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far 4.2104.
(2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract, Or Extending Or Renewing A Contract, With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far 4.2104. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract.
(c) Exceptions. This Clause Does Not Prohibit Contractors From Providing—
(1) A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or
(2) Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(d) Reporting Requirement. (1) In The Event The Contractor Identifies Covered Telecommunications Equipment Or Services Used As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or By Any Other Source, The Contractor Shall Report The Information In Paragraph (d)(2) Of This Clause To The Contracting Officer, Unless Elsewhere In This Contract Are Established Procedures For Reporting The Information; In The Case Of The Department Of Defense, The Contractor Shall Report To The Website At Https://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractor Shall Report To The Contracting Officer For The Indefinite Delivery Contract And The Contracting Officer(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided At Https://dibnet.dod.mil.
(2) The Contractor Shall Report The Following Information Pursuant To Paragraph (d)(1) Of This Clause:
(i) Within One Business Day From The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Supplier Unique Entity Identifier (if Known); Supplier Commercial And Government Entity (cage) Code (if Known); Brand; Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended.
(ii) Within 10 Business Days Of Submitting The Information In Paragraph (d)(2)(i) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractor Shall Describe The Efforts It Undertook To Prevent Use Or Submission Of Covered Telecommunications Equipment Or Services, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Of Covered Telecommunications Equipment Or Services.
(e) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (e), In All Subcontracts And Other Contractual Instruments, Including Subcontracts For The Acquisition Of Commercial Items.
(end Of Clause)
52.204-26 Covered Telecommunications Equipment Or Services-representation (dec 2019)
(a) Definitions. As Used In This Provision, “covered Telecommunications Equipment Or Services” Has The Meaning Provided In The Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.
(b) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For “covered Telecommunications Equipment Or Services”.
(c) Representation. The Offeror Represents That It □ Does, □ Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument.
(end Of Provision)
Closing Date21 Jan 2025
Tender AmountRefer Documents
2771-2780 of 2792 archived Tenders