Electrical Tenders
Electrical Tenders
Municipality Of Virac , Catanduanes Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon13 Feb 2025
Tender AmountPHP 500 K (USD 8.5 K)
Details: Description Invitation To Bid The Municipal Government Of Virac, Intends To Apply The Sum Shown Below Being The Approved Budget For Contract (abc) To Payments Under The Contract/project Below. Bids Received In Excess Of Abc Shall Be Automatically Rejected At The Bid Opening. The Municipal Government Of Virac, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/contractors To Apply For Eligibility And To Bid For The Hereunder Project/s: Name Of Project/contract/ Activities Location/ Department Brief Description Approved Budget For The Contract Contract Duration/ 1. Id No. Inf-01-25-014 – Road Concreting Del Rosario Street, Palta Big, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Construction Of 106.00 I.m. P.c.c.p P1,000,000.00 20% Ldf – Cy 2025 60 Cal. Days 2. Id No. Inf-01-25-015 – Road Reblocking Candelaria Street, Hawan Ilaya, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Earthworks, Plain & Subbase And Base Course, Surface Courses, & Slope Protection P700,000.00 20% Ldf – Cy 2025 45 Cal. Days 3. Id No. Inf-01-25-016 – Road Reblocking San Roque, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Earthworks, Subbase And Base Course & Surface Courses P500,000.00 20% Ldf – Cy 2025 45 Cal. Days 4. Id No. Inf-01-25-017 – Demolition Of Three (3) Buildings (back Of Old Municipal Building) Lgu Compound, Salvacion, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Removal Of Structures And Obstruction & Formworks And Falseworks P650,000.00 20% Ldf – Cy 2025 30 Cal. Days 5. Id No. Inf-01-25-018 – Construction Of Drainage System Gogon Sirangan, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Construction Of 38.40 I.m. Lined Canal P500,000.00 20% Ldf – Cy 2025 45 Cal. Days 6. Id No. Inf-01-25-019 – Road Concreting Sitio Pamayang, Capilihan, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Earthworks, Subbase And Base Course, Surface Courses P500,000.00 20% Ldf – Cy 2025 45 Cal. Days 7. Id No. Inf-01-25-020 – Construction Of Child Protection Unit – Phase I Community Hub, San Isidro Village, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Civil, Mechanical, Electrical & Sanitary / Plumbing Works, Plain & Reinforced Concrete Works P1,000,000.00 20% Ldf – Cy 2025 60 Cal. Days 8. Id No. Inf-01-25-021 – Rehabilitation / Improvement Of Comfort Room Virac Sports Center, Rawis, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Demolition Works, Installation Of Doors & Windows, Tileworks, Painting Works, Electrical Works, Plumbing Works P600,000.00 20% Ldf – Cy 2025 30 Cal. Days Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. The Bidders Is A Filipino Citizens/sole Proprietorships, Partnerships, Or Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To The Citizens Of The Philippines. The Description Of An Eligible Bidder Contained In The Bidding Documents, Particularly In Section Ii. Instruction To Bidders. A Complete Set Of Bidding Documents Maybe Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee (see Below For Schedule) To The Municipal Treasurer’s Office Cashier. Project Worth/abc Amount 1. 500,000 And Below 500.00 2. More Than 500,000 Up To 1 Million 1,000.00 3. More Than 1 Million Up To 5 Million 5,000.00 4. More Than 5 Million Up To 10 Million 10,000.00 5. More Than 10 Million Up To 50 Million 25,000.00 6. More Than 50 Million Up To 500 Million 50,000.00 7. More Than 500 Million 75,000.00 The Complete Schedule Of Bac Activities Is Listed As Follows: Activities Schedule 1 Pre-procurement Conference January 22, 2025 @ 2:00 P.m. 2 Issuance And Availability Of Bidding Documents January 24 – February 13, 2025 3 Pre-bid Conference January 31, 2025 @ 2:00 P.m. 4 Opening Of Bids And Eligibility Check February 13, 2025 @ 2:00 P.m. 5 Bid Evaluation February 14 – 17, 2025 6 Post Qualification February 18 – 24, 2025 7 Approval Of Bac Resolution/issuance Of Notice Of Award February 24 – 25, 2025 8 Contract Preparation And Signing / Notice To Proceed February 26 – 27, 2025 All Prospective Bidders Shall Be Subject To Eligibility Check, Screening By The Bac For Purposes Of Determining Whether They Are Eligible To Participate In The Bidding Process Using Non-discretionary “pass/fail” Criteria. Further, All Bids That Have Been Passed The Eligibility Shall Be Preliminary Examined And Shall Undergo A Detailed Evaluation Based On The Extent Of Their Compliance With The Technical And Financial Proposals. Furthermore, Bids That Have Been Rated “passed” During The Opening And Preliminary Examination Thereof Shall Be Post Evaluated To Verify And Validate The Legal, Technical And Financial Requirements Of The Bid, And To Determine Whether The Bidder Complies And Is Responsive To All The Requirements And Conditions For Eligibility And The Bidding Of The Contract. Interested Bidders May Secure And Shall Only Be Issued Eligibility Requirements And Bid Documents From The Bac Secretariat Before The Scheduled Date Of Eligibility Check And Opening Of Bids Upon Payment Of The Corresponding Non-refundable Amount Therefore Before The Office Of The Municipal Treasurer/cashier In Accordance With The Standard Rates Set Forth Under Guidelines On The Sale Of Bidding Documents (handbook On Philippine Government Procurement – (the 2016 Revised Implementing Rules & Regulations Of Republic Act No. 9184 Otherwise Known As The Government Procurement Reform Act.) The Municipal Government Of Virac Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s. Virac, Catanduanes, January 23, 2025 For Further Information, Please Refer To: Michael O. Guerrero Senior Administrative Assistant Iii Head, Bac Secretariat Bac Office Lgu-virac Compound Virac, Catanduanes Engr. Jose S. Rama, Jr. Municipal Assessor Bac Chairman Noted: Samuel V. Laynes Municipal Mayor Date Of Postings: January 24 – 30, 2025 Posted At Philgeps, Municipal Hall, Provincial Capitol & Virac Public Market Bulletin Board
Province Of Cavite Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon13 Feb 2025
Tender AmountPHP 6 Million (USD 103 K)
Details: Description Spcl I. Project Billboard L.s. 1.00 Spcl Ii. Occupational Safety And Health Program L.s. 1.00 Spcl Iii. Temporary Facility L.s. 1.00 I. Demolition/concrete Breaking Cu.m. 12.80 Ii. Excavation Cu.m. 76.80 Iii. Concrete Works A. Reinforcement Kg. 2,791.94 B. Formworks Sq.m. 96.00 C. Concrete Works Cu.m. 36.80 Iv. Plastering (w/ Plain Cement Finish) Sq.m. 24.00 V. Painting Works Sq.m. 24.00 Vi. Boom Truck With Bucket Rental L.s. 1.00 Vii. Electrical Works L.s. 1.00 Viii. Clearing And Grubbing (manual) Sq.m. 388.00
STATE, DEPARTMENT OF USA Tender
Civil And Construction...+1Others
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents
Details: The U.s. Embassy Windhoek Hereby Provides The Following Solicitation Notice In Respect Of The Issuance Of A Request For Quotation (rfq) For: the Provision Of Water Damage Repair Services On Embassy Facilities In Windhoek, Namibia. Contractor Shall Provide All Materials, Supervision, Labor, Tools, And Equipment To Perform Actions. the Contractor Shall Perform The Following Tasks To Address Water Damage: inspection And Assessment initial Inspection: Conduct A Thorough Inspection Of The Affected Areas To Assess The Extent Of Water Damage. This Includes Checking Walls, Ceilings, Floors, And Any Other Potentially Affected Structures. documentation: Provide A Detailed Report Noting The Damage Found, Including Photographs And Descriptions Of Affected Areas. The Report Should Also Include Moisture Readings And Any Signs Of Mold Growth. consultation: Discuss Findings With The Contracting Officer’s Representative (cor) And Recommend A Plan Of Action. water Extraction And Drying water Removal: Use Appropriate Extraction Equipment To Remove Standing Water From All Affected Areas. This May Include The Use Of Submersible Pumps, Wet Vacuums, And Other Specialized Equipment. drying Process: Deploy Industrial-grade Dehumidifiers And Air Movers To Dry Out The Affected Areas. Monitor Humidity Levels And Adjust Equipment As Necessary To Ensure Thorough Drying. monitoring: Regularly Monitor The Drying Process And Document Progress. Adjust Equipment Placement And Settings As Needed To Optimize Drying Efficiency. mold Remediation inspection For Mold: Inspect All Affected Areas For Mold Growth. This Includes Hidden Areas Such As Behind Walls And Under Flooring. containment: Set Up Containment Barriers To Prevent The Spread Of Mold Spores To Unaffected Areas. removal And Cleaning: Remove Mold-affected Materials And Clean Surfaces Using Epa-approved Antimicrobial Treatments. Ensure That All Mold Is Thoroughly Removed And That Treated Areas Are Safe For Reoccupation. air Quality Testing: Conduct Air Quality Tests To Ensure That Mold Spore Levels Are Within Acceptable Limits Before Removing Containment Barriers. structural Repairs drywall And Insulation: Remove And Replace Damaged Drywall And Insulation. Ensure That New Materials Are Installed To Meet Local Building Codes And Standards. flooring: Repair Or Replace Damaged Flooring, Including Subflooring If Necessary. This May Involve The Installation Of New Tiles, Hardwood, Or Carpet. ceilings: Repair Or Replace Damaged Ceiling Materials. Ensure That Any New Installations Are Properly Secured And Finished. electrical And Plumbing: Inspect And Repair Any Electrical Or Plumbing Systems Affected By Water Damage. This Includes Checking For Short Circuits, Corrosion, And Leaks. restoration And Cleaning sanitization: Clean And Sanitize All Affected Areas To Remove Any Contaminants Introduced By The Water Damage. Use Appropriate Cleaning Agents And Techniques To Ensure A Safe And Healthy Environment. restoration: Restore The Area To Its Pre-damage Condition. This Includes Painting, Finishing Work, And Any Necessary Touch-ups To Ensure A Seamless Repair. the Government May Award The Contract Based On The Initial Offer Without Discussion. The Resultant Contract Will Be A Firm Fixed Price Type Contract. all Contractors Must Be Registered In The Sam (system For Award Management) Database Https://www.sam.gov Prior To Submitting An Offer Pursuant To Far Provision 52.204-7. Therefore, Prospective Offerors Are Encouraged To Register Prior To The Submittal Of Quotations/proposals. electronic Submission/responses: this Opportunity Allows For Electronic Responses. Please Submit Your Offer Prior To The Response Date And Time. Please Ensure Your Email With Your Offer Does Not Exceed15 Mb, If It Does Then You Might Have To Send More Than One Email. Alternatively, Offers May Be Submitted At The Us Embassy Offices At Address Below 38 Metje Street, Klein Windhoek, Windhoek, Namibia.
George Municipality Tender
Civil And Construction...+1Civil Works Others
South Africa
Closing Date25 Feb 2025
Tender AmountRefer Documents
Description: Tender For Thembalethu (west) Water Pumpstation And Associated Mechanical And Electrical Works Cidb Grading 5me Or Higher
DEPT OF THE NAVY USA Tender
Others
United States
Closing Soon10 Feb 2025
Tender AmountRefer Documents
Description: Contact Information|4|n9743f|feb|717-605-7237|karen.m.barlet.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|navsupwawf.wss.ftc@navy.mil|
note For Contractor/administrative Contracting Officer|3||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
annual Representations And Certifications (jan 2025)|13|326199|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
to View The Drawings:
go To Www.sam.gov
click: Contract Opportunities And Enter The Solicitation Number. This Gives You Access To The Electronic Solicitation.
drawings Can Be Viewed Or Downloaded.
government Source Inspection Per Far 52.246-2 Is Required.
delivery 90 Days.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Depositedin The Mail, Transmitted By Facsimile, Or
sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Retainer .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.1.3 The "document Changes" Section Provides Supersessions/changes To Referenced Documents.
2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Drawings Shall Take Precedence. Nothing In This Contract/purchase Order, However, Shall Supersede
applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
drawing Data=372032 |53711| 1|1n |d|0001 | 1|49998|0090106
drawing Data=56292 |53711| H|od |d|0001 | H|49998|0386331
drawing Data=5662982 |53711| -| |d|0001.1 | -|49998|0033157
drawing Data=5662982 |53711| -| |d|0001.2 | -|49998|0038882
drawing Data=5662982 |53711| -| |d|0002 | -|49998|0021151
drawing Data=56778 |53711| -|od |d|0000.a | -|49998|0028941
drawing Data=56778 |53711| -|od |d|0000.amd1 | -|49998|0036668
drawing Data=56778 |53711| -|od |d|0000.cov | -|49998|0030849
drawing Data=56778 |53711| -|od |d|0000.ii | -|49998|0016938
drawing Data=56778 |53711| -|od |d|0000.iii | -|49998|0009406
drawing Data=56778 |53711| -|od |d|0001 | -|49998|0035361
drawing Data=56778 |53711| -|od |d|0002 | -|49998|0030274
drawing Data=56778 |53711| -|od |d|0003 | -|49998|0034851
drawing Data=56778 |53711| -|od |d|0004 | -|49998|0026409
drawing Data=56778 |53711| -|od |d|0005 | -|49998|0038159
drawing Data=56778 |53711| -|od |d|0006 | -|49998|0027662
3. Requirements
3.1 Manufacturing And Design - The Retainer Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;p/n 5662982 Retainer Cage Code (53711); .
3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And
specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships)
3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973,
paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original
and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.)
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products.
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
p/n 5662982 Retainer Cage Code (53711)
DEPT OF THE NAVY USA Tender
Others
United States
Closing Soon10 Feb 2025
Tender AmountRefer Documents
Description: Contact Information|4|n9743f|faa|717-605-7237|karen.m.barlet.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
special Shipping And Marking Instructions|6|x||x||||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|navsupwawf.wss.ftc@navy.mil|
note For Contractor/administrative Contracting Officer|3||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
annual Representations And Certifications (jan 2025)|13|334412|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
government Source Inspection Per Far 52.246-2 Is Required.
delivery 90 Days.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Depositedin The Mail, Transmitted By Facsimile, Or
sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Led Driver, 1200 Ma .
2. Applicable Documents - Not Applicable
3. Requirements
3.1 Manufacturing And Design - The Led Driver, 1200 Ma Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;for P/n Ledd1bcage 0lw43; .
3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And
specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships)
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Spcc Contracting Officer Has Been Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Or A Detailed Description Of The Change, Explaining The Reason Therefore. If Finished Detail Drawings Are Not Available, Shop Drawings Inthe Form Used By The Manufacturer
will Be Acceptable For Government Evaluation. When Notifying The Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change/minor Design Change - If The Manufacturer's Part Number Or Item Design Indicated Thereon Has Changed, But Form, Fit And Function Of The Item Is Not Affected Thereby, And The Design Change Meets The Criteria For Minor, By Not
effecting Form, Fit, Function, Reliability Or Safety , Supply The Item And Advise Spcc Immediately Of The New Part Number, Furnishing A Detail Drawing And/or A Detailed Description Of The Change, As Applicable.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products.
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
6.2 Commercial Brand Name Description - This Contract/purchase Order Covers A Commercial Brand Name Description. If An Alternate Item Is Proposed, Submit A Complete Technical Description Of The Item With Your Proposal For The Government's Review To Determine
if The Item Meets The Minimum Requirements Of This Contract/purchase Order.
p/n: Ledd1b
Service Technique Responsable Energie Tender
Electrical and Electronics...+1Electrical Works
France
Closing Date24 Feb 2025
Tender AmountRefer Documents
Description: Contract for Interior and Exterior Electrical Installation Works and Maintenance and Troubleshooting of Existing Installations or Those Which Will Be Installed During the Execution of the Contract in Various S
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon12 Feb 2025
Tender AmountPHP 5.9 Million (USD 101.5 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Sarangani District Engineering Office Kawas, Alabel, Sarangani Province Invitation To Bid 1. The Dpwh Sarangani District Engineering Office, Through The Fy 2025 General Appropriations Act (gaa) Intends To Apply The Sum Of: I. 9,800,000.00 Ii. 9,800,000.00 Iii. 96,500,000.00 Iv. 144,750,000.00 V. 16,166,080.00 Vi. 29,400,000.00 Vii. 5,940,000.00 Viii. 4,950,000.00 Ix. 5,940,000.00 Being The Approved Budgets For The Contract (abc) To Payments Under The Contract For: I. 25me0009 – Nhw Jct. Malungon Gamay – Kibawalan – Purok Onse Leading To Busagan Falls; Malungon, Sarangani Province Ii. 25me0010 – Poblacion Nalus Road Leading To Bocay-il Falls; Kiamba, Sarangani Province Iii. 25me0049 – Asphalt Overlay Along Sarangani – Sultan Kudarat Coastala Road K1774+279 – K1777+323; Maitum, Sarangani Province Iv. 25me0050 – Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse And Landslide Along Demoloc – Little Baguio – Alabel Rd – K1686+990 – K1687+330; Alabel, Sarangani Province V. 25me0051 – Construction Of Malbang Seawall; Maasim, Sarangani Province Vi. 25me0052 – Construction Of Road, Jct Nhw Paraiso – Sta Maria (sta. Maria Section), Brgy. Pag-asa; Alabel, Sarangani Province Vii. 25me0053 – Construction Of Maguling Multi-purpose Building, Maguling; Maitum, Sarangani Province Viii. 25me0054 – Construction Of Multi-purpose Building (gymnasium) At Latian Elementary School, Upper Latian, Brgy. Domolok; Alabel, Sarangani Province Ix. 25me0055 – Construction Of Big Margus Elementary School Multi-purpose Building, Big Margus; Glan, Sarangani Province Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Sarangani District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: I. Name Of Contract : Nhw Jct. Malungon Gamay – Kibawalan – Purok Onse Leading To Busagan Falls; Contract Id No. : 25me0009 Location : Malungon, Sarangani Province Scope Of Works : Concreting Of 435m Length (6.1m Wide X 0.23m Thk. Pccp 2 Lanes = 0.87 Lane Km), With 1m Wide X 0.15m Thk. Pave Shoulder On Both Sides, Concrete Lined Canal, Rcpc And Stone Masonry Slope Protection. Approved Budget For The Contract : Php 9,800,000.00 Contract Duration : 121 Calendar Days License Classification General Engineering License Category: C & D (small B) Ii. Name Of Contract : Poblacion Nalus Road Leading To Bocay-il Falls; Contract Id No. : 25me0010 Location : Kiamba, Sarangani Province Scope Of Works : Construction Of Concrete Road, Stone Masonry, Pipe Culvert And Box Culvert Approved Budget For The Contract : Php 9,800,000.00 Contract Duration : 120 Calendar Days License Classification General Engineering License Category: C & D (small B) Iii. Name Of Contract : Asphalt Overlay Along Sarangani – Sultan Kudarat Coastala Road K1774+279 – K1777+323; Contract Id No. : 25me0049 Location : Maitum, Sarangani Province Scope Of Works : 100mm Thk. Asphalt Overlay Approved Budget For The Contract : Php 96,500,000.00 Contract Duration : 158 Calendar Days License Classification General Engineering License Category: B (medium A) Iv. Name Of Contract : Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse And Landslide Along Demoloc – Little Baguio – Alabel Rd – K1686+990 – K1687+330; Contract Id No. : 25me0050 Location : Alabel, Sarangani Province Scope Of Works : 4-layer Concrete Slope Protection W/ U-type Steel Sheet Pile 2-layer Concrete Slope Protection W/ U-type Steel Sheet Pile 1-layer Concrete Slope Protection W/ U-type Steel Sheet Pile Approved Budget For The Contract : Php 144,750,000.00 Contract Duration : 158 Calendar Days License Classification General Engineering License Category: B (medium A) V. Name Of Contract : Construction Of Malbang Seawall; Contract Id No. : 25me0051 Location : Maasim, Sarangani Province Scope Of Works : Construction Of Seawall Structure Approved Budget For The Contract : Php 16,166,080.00 Contract Duration : 130 Calendar Days License Classification General Engineering License Category: C & D (small B) Vi. Name Of Contract : Construction Of Road, Jct Nhw Paraiso – Sta Maria (sta. Maria Section), Brgy. Pag-asa; Contract Id No. : 25me0052 Location : Alabel, Sarangani Province Scope Of Works : Construction Of 230mm Thk. X 6.70m Wide X 1km Pccp Approved Budget For The Contract : Php 29,400,000.00 Contract Duration : 240 Calendar Days License Classification General Engineering License Category: C & D (small B) Vii. Name Of Contract : Construction Of Maguling Multi-purpose Building, Maguling; Contract Id No. : 25me0053 Location : Maitum, Sarangani Province Scope Of Works : Construction Of Covered Court With Stage Including Concrete Works (footing, Wall Footing, Columns, Beams, Slabs, Plastering), Steel Works (trusses And Railings (stairs And Ramp)), Roofing, Downspout, Catch Basins, Painting Works (steel Structures, Ceiling, And Concrete), Tile Works (comfort Rooms And Dressing Rooms), Plumbing Works, Septic Vault, Ceiling Works (stage), Electrical Works And Lighting Fixtures, And Two (02) Units Of Retractable Basketball Ring. Approved Budget For The Contract : Php 5,940,000.00 Contract Duration : 150 Calendar Days License Classification General Building License Category: C & D (small B) Viii. Name Of Contract : Construction Of Multi-purpose Building (gymnasium) At Latian Elementary School, Upper Latian, Brgy. Domolok; Contract Id No. : 25me0054 Location : Alabel, Sarangani Province Scope Of Works : Construction Of Covered Court Complete With Downspout And Catch Basin; Four Bays Bleachers (as Shown On Plan); Five (5) Bays Bleacher Canopy (one Side Of Court Only); Electrical Works At Cc Area Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 120 Calendar Days License Classification General Building License Category: C & D (small B) Ix. Name Of Contract : Construction Of Big Margus Elementary School Multi-purpose Building, Big Margus; Contract Id No. : 25me0055 Location : Glan, Sarangani Province Scope Of Works : Construction Of Covered Court With Stage Including Concrete Works (footing, Wall Footing, Columns, Beams, Slabs, Plastering), Steel Works (trusses And Railings (stairs And Ramp)), Roofing, Downspout, Catch Basins, Painting Works (steel Structures, Ceiling, And Concrete), Tile Works (comfort Rooms And Dressing Rooms), Plumbing Works, Septic Vault, Ceiling Works (stage), Electrical Works And Lighting Fixtures, And Two (02) Units Of Retractable Basketball Ring. Approved Budget For The Contract : Php 5,940,000.00 Contract Duration : 150 Calendar Days License Classification General Building License Category: C & D (small B) 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of B, C & D For General Engineering, General Building And Specialty. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Sarangani District Engineering Office And Inspect The Bidding Documents At Kawas, Alabel, Sarangani Province During Weekdays From 8:00am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24 – February 12, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of: Php 5,000.00 – Item Viii Php 10,000.00 – Item I, Ii, Vii And Ix Php 25,000.00 – Items V And Vi Php 50,000.00 – Items Iii And Iv, And May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of Republic Act 9184 And Its Implementing Rules And Regulations. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Sarangani District Engineering Office Will Hold A Pre-bid Conference On January 31, 2025, 10:00am At Dpwh Sarangani District Engineering Office Conference Room, Kawas, Alabel, Sarangani Province Or Via Zoom, And Youtube Channel, Which Shall Be Open To Prospective Bidders. Zoom: Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani_deo/streams 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_sarangani@dpwh.gov.ph For Electronic Submission On Or Before February 12, 2025, 10:00am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 12, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh Sarangani District Engineering Office Conference Room. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Electronically Via Zoom Using The Details Above. Late Bids Shall Not Be Accepted. 12. The Dpwh Sarangani District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. Section 8.5.2 Of The 2016 Revised Irr Of Ra No. 9184 Mandates All Prospective Bidders To Upload In The Philippine Government Electronic Procurement System (philgeps) And Maintain Current And Updated The Class “a” Eligibility Documents Under Section 23.1 (a) And 24.1 (a) Of The Same Irr. 14. Bids Submitted Should Have Its Corresponding Tabbing As Stated In The Checklist Requirements. 15. For Further Information, Please Refer To: Reuben G. Salazar Acting Head, Procurement Unit, Dpwh Sarangani Deo 09055530924 Salazar.reuben@dpwh.gov.ph Edward D. Carillo Bac Chairperson Carillo.edward@dpwh.gov.ph January 24 – 30, 2025
6071-6080 of 9784 active Tenders