Electrical Tenders

Electrical Tenders

Landratsamt Kronach Tender

Germany
Closing Soon20 Oct 2024
Tender AmountRefer Documents 
Details: Construction Phase Ii: Demolition And Shell Construction Work, Plastering And Stucco Work, Drywall Work, Metal Construction/glazing Work, Floor Covering Work, Carpentry/carpentry Work, Painting Work, Electrical Installation, Heating Installation, Insulation On Technical Systems, Sanitary Installation, Air Conditioning Technology, Sanitary Furnishings, Ventilation Technology, Expansion Of Existing Digital Locking System , Concrete Drilling And Cutting Work, Built-in Furniture, Media Technology,. The Procurement Is Related To A Project And/or Program Financed By European Union Funds: No

Hansel Oy Tender

Others
Finland
Closing Date7 Jul 2025
Tender AmountNA 
Details: Related Goods and Services for Profestal Use, such as Repair Construction, Real Estate, Economics and Technology Maintenance, Care and Treatment Needs: \n Ratr - Construction and Rail Trading Products \n tlvi Heating, Water Cord and Air Exchange Products (lvi Technical Products)\nnts - Electrical Products - Ohering and Automation products associated with technical methods of the building /•\trv Products Varaosats and Supplementary Goods And fittings, footwear \ntty supplies\'s best retail goods\'stentensity aid supplies\ntt customer-tific Cusiized Products / Product Packages

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date5 Nov 2024
Tender AmountPHP 43.4 Million (USD 756.8 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00124 : National Building Program: Buildings And Other Structures-multipurpose Facilities - Structural Improvement Of Public Buildings And Construction Of Evacuation Centers-region Ii - Barangay Giayan, Nagtipunan, Quirino 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱43,425,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00124: National Building Program: Buildings And Other Structures-multipurpose Facilities - Structural Improvement Of Public Buildings And Construction Of Evacuation Centers-region Ii - Barangay Giayan, Nagtipunan, Quirino. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : National Building Program: Buildings And Other Structures-multipurpose Facilities - Structural Improvement Of Public Buildings And Construction Of Evacuation Centers-region Ii - Barangay Giayan, Nagtipunan, Quirino Contract Id No. : 24b00124 Location : Barangay Giayan, Nagtipunan, Quirino Brief Project Description : New Construction Of Permanent Evacuation Center With Generator Room And Elevated Water Tank Scope Of Works : Facilities For The Engineer • Provision (rental Basis), Operation And Maintenance Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer (rental Basis) • Provision Of Furnitures/fixtures, Equipment & Appliances For The Field Office For The Engineer Other General Requirement • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization/demobilization • Geotechnical Investigation (soil) Earthworks • Excavation (surplus Common, Structure) • Embankment (from Structure Excavation) • Gravel Fill Subbase And Base Course • Aggregate Subbase Course Surface Courses • Pccp – 0.15 M Thick, 14 Day Concrete Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade 40 • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Ceiling (4.5mm Thick Ficem Board, Prepainted Metal Panel) On Metal Frame • Wall, Aluminum Metal Cladding • Carpentry And Joinery Works • Modular Partition • Finishing Hardware • Steel (window, Doors And Frames) • Aluminum Glass Windows • Wooden Doors And Windows • Fabricated Metal Roofing Accessory, 0.60 Mm, (flashing And Gutters) • Prepainted Metal Sheets (corrugated, Long Span,0.6mm Thk) • Waterproofing, Liquid • (glazed & Unglazed) Tiles & Trims • Cement Floor Finish, Colored • Nonslip Finish • Cement Plaster Finish • Decorative Stones • Painting Works, (masonry/concrete, Wood, Steel) • Reflective Insulation • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Louver Block • Metal Structure Accessories, (turnbuckle, Bolts And Rods, Sagrods, Cross Bracing & Steel Plates) • Structural Steel (trusses, Purlins) • Railing • Catch Basin • Sewer Line Works • Storm Drainage And Downspout • Sanitary/plumbing Fixtures • Cold Water Lines Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Pole Mounted Power Transformer (oisc) With Complete Accessories, Single Or Three Phase, Pole Type Or Flatform • Generator Single Or Three Phase Stand-by • Lighting Fixtures • Rc Pole Mechanical Works • Exhaust Fan, (wall Mounted) • Booster Pump With Control • Water Tank, Stainless • Air Conditioning System Approved Budget For The Contract (abc) : ₱43,425,000.00 Contract Duration : 242 Calendar Days Inclusive Of 16 Unworkable/rainy Days, 50 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Medium A For Buildings. 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. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. 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. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 15 - November 05, 2024, From The Address Given 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 Twenty Five Thousand Pesos Only (₱25,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents 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. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On October 22, 2024, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. 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 Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before November 05, 2024 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On November 05, 2024, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: October 15-21, 2024 Conspicuous Place (procurement Bulletin Board): October 15-21, 2024

The City of Queen Tender

Corrigendum : Closing Date Modified
Czech Republic
Closing Soon21 Oct 2024
Tender AmountRefer Documents 
Details: The subject of the Public Contract is the Construction Modification of the Three-Storied Building No. 2 of the Former Kralovice Barracks in Manětínská Street, which will result in a New Home for Children and Youth. Building Modifications Include Complete Reconstruction of Interior Spaces (Replacement of Floor Coverings, Plastering, Existing Sewage and Rain Sewer Pipes, New Water Distribution, Electrical Installation Inside the Building, Gas Connection), Building Insulation, Replacement of All Window and Door Panels, Reconstruction of the Existing Staircase and Addition of Barrier Free Ramps, Barrier-free Elevator, Replacement of Roofing, Etc.

DEPT OF THE NAVY USA Tender

United States
Closing Soon21 Oct 2024
Tender AmountRefer Documents 
Description: Contact Information|4|n743.43|wwu|717-605-3992|noelle.m.smith10.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C & E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version (jun 2002)|8|x||x|||||| general Information-fob-destination|1|a| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|n50286|tbd|||n/a|||||| 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 (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|332722|500|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2.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 (186 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. 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. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents 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. 2.2.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=fed-std-h28 | | |b |190424|a| | | document Ref Data=fed-std-h28 |0020| |b |941221|a| |01| document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-f468 | | |a |031001|a| | | document Ref Data=astm-f606 | | | |191115|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-dtl-1222 | | |j |001208|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| | | 3. Requirements 3.1 ;the Screw, Cap Hex Head Must Be In Accordance With Astm-f468, Alloy 400, Size 0.500-13unc-2a X 5.000, Except As Amplified Or Modified Herein.; 3.2 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent inspection In Accordance With Asme B1 Series Is Acceptable. 3.2.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement. 3.2.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System 22 of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222. 3.2.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.3 Wedge Tensile Test Specimens (headed Fasteners) - A Wedge Tensile Test Must Be Conducted On A Full Size Fastener For Each Production Lot. The Required Specimens For The Wedge Tensile Test Must Be Separate Fasteners From Those Required For The Yield Test. 3.3.1 Testing For Socket Head Cap Screws Must Be In Accordance Mil-dtl-1222, Paragraphs 4.5.2.3 And 4.5.2.3.1. 3.3.2 Testing For All Other Headed Fasteners With A Nominal Diameter Greater Than 1/4-inch Must Be In Accordance With Astm-f606 For Grades 5, 8, B7, And B16.for All Other Grades, The Following Wedge Angles Must Be Used. a. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Of 1/4-inch Through 1-inch (inclusive) Must Be Tested With A Ten Degree Wedge. b. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Over 1-inch Must Be Tested With A Six Degree Wedge. c. Fasteners That Are Of Grades 8, B7, B16, 410, 416, 416se, 431, And 630 And Are Threaded Within One Diameter To The Underside Of The Head Must Be Tested As Follows: sizes 1/4 Inch Through 3/4 Inch (inclusive) Use A Six Degree Wedgesizes Over 3/4 Inch Use A Four Degree Wedge d. Fasteners Which Have Passed Testing With Wedge Angles Greater Than Those Specified Should Be Considered Acceptable. 3.3.3 For Fasteners Of All Grades With A Nominal Diameter Less Than 1/4-inch, Wedge Angles In Accordance With Astm-a574 Must Be Used. 3.3.4 For Fasteners Having A Length Less Than The Minimum Specified In Table 1 Of Astm-f606, One "test Specimen Fastener" Must Be Manufactured From Each Lot Of Fasteners And Tested To Represent That Lot. The Length Of These Test Specimen Fasteners Must Meet the Minimum Specified In Table 1 Of Astm-f606 But Must Not Exceed It By More Than 1/4 Inch. Test Specimen Fasteners Must Be The Same Type, Style, And Diameter As The Production Lot And Must Be Manufactured From The Same Starting Material, Using The Same manufacturing Techniques As The Production Lot, And Must Be Heat Treated (if Required) Along With The Production Lot. 3.4 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. 3.5 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. 3.5.1 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. 3.5.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.5.3 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. 3.5.4 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s). 3.6 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 ^ 3.7 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. 3.7.1 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. 3.7.2 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. 3.7.3 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. 3.7.4 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. 3.7.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.8 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. 3.8.1 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. 3.8.2 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. 3.9 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." 3.10 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: 3.10.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.10.2 Inspection For Completeness And Proper Type. 3.10.3 Verification Of Material Quality Received. 3.10.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.10.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.10.6 Identification And Protection From Improper Use Or Disposition. 3.10.7 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. 3.10.8 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. 3.10.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.11 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). 3.11.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order. 3.12 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. 3.12.1 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. 3.12.2 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. 3.13 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.13.1 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. 3.13.2 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. 3.13.3 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. 3.14 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. 3.14.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.15 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 9 Digit Niin, And The Two Digit Smic (i.e. 1h 4820 012345678 D4) ("n/a" When Not Applicable). 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. 3.15.1 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, S-5343934-3, Or Dry Deck Shelter Specification S-5486639-1, 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. 3.15.2 For Self-locking Hex Nuts Procured To Nasm 25027, The Certificate Of Compliance Must Also Include The Information Below: 13. A Statement To The Effect That Qualification Testing In Accordance With Nasm 25027 Paragraph 3.2 Is Satisfactorily Performed. 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 - Sep 30 2008 - Thread Inspection Requirements Were Clarified - Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds - 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.

Upper town dry Tender

Electronics Equipment...+1Electrical and Electronics
Czech Republic
Closing Date31 Oct 2024
Tender AmountRefer Documents 
Details: The subject of the Public Contract is the conclusion of a contract for the Construction Contractor "extension of the Maintenance Office, Including the Removal of the Existing Extension and Shelter, Ul. Centrum V Horní Suché" In the scope set out in the documents: • Accompanying and summary technical report - removal of the building of the extension at the maintenance facility, • Accompanying and summary technical report - Extension of the office, • Extension of the office, Drawing Part C, • Extension of the office, Drawing Part D. Processed Ing. By Petr Chlebik • Addition to the Factory Technical Report D1.4 Electrical Installation • Addition to the Factory Technical Report D1.4 Electrical Installation_Drawing Part Prepared by Vladislav Tolasz Expanded by the Measurement Statement and Itemized Budget Prepared by B. Vojtíšek, Which Determines the Quantity and Type of Work Required and Further According to the Tender Conditions of the Procurement Procedure , Forming an Integral Part of the Tender Documentation. The subject of the performance of the Public Contract is Construction Works. The place of construction works is K.ú. The municipality of Horní Suchá, Ul. Center, Furthermore, the Place of Fulfillment is defined in the Tender Documentation. The client points out that the building is used as a workplace for the maintenance center of the municipality of AZ. For this reason, it is necessary to coordinate the work with the needs of this center.

STROJÍRNY Rumburk sro Tender

Others...+1Electrical Works
Corrigendum : Closing Date Modified
Czech Republic
Closing Date5 Nov 2024
Tender AmountCZK 7 Million (USD 305.8 K)
Details: The Subject of the Fulfillment of the Public Contract Is the Change of the Existing Warm-Air Gas Units, which will be Replaced with a System of Air/Air Heat Pumps, Which Will Replace the Heat Source for the Production Halls of the Client Strojírna Rumburk S.r.o., Including the Superior Regulation System. The subject of the performance of the public contract is also the replacement of the existing inefficient lighting with lighting that is less energy-demanding, including new electrical distribution systems. At the same time, the Earth / Water Heat Pump will be replaced by a More Powerful Heat Pump. The installation does not include the establishment of a new underground borehole.

STATE, DEPARTMENT OF USA Tender

Others
United States
Closing Soon24 Oct 2024
Tender AmountRefer Documents 
Details: U.s. Department Of State bureau Of International Narcotics And Law Enforcement Affairs (inl) you Have Received This "personal Services Contractor” (psc) Solicitation Through The Department Of State (dos) Internet Site. If You Have Any Questions Regarding This Psc, You May Contact The Dos Official Named In This Solicitation. The Department Is Not Responsible For Any Data And/or Text Not Received When Retrieving This Document Electronically. Amendments To Solicitation Documents Generally Contain Information Critical To The Submission Of An Application. position Title: Inl Management Coordinator For Program Implementation location: Bogota, Colombia salary Level: Fs-02 - $99,700 - $146,413 (equivalent Gs-14) period Of Performance: The Period Of Performance For This Contract Is Twelve (12) Months From The Date Of Award With Four (4) Optional One-year Extensions. issuance Date: October 9, 2024 closing Date: October 24, 2024 closing Time: 3:00 Pm Et solicitation Number: Psc-25-002-inl job Description: See Below dear Prospective Offerors: the Department Of State Is Seeking Offers From Qualified U.s. Citizens To Provide Personal Services For The Subject Position Under A Personal Services Contract, As Described In This Solicitation. Submittals Must Be In Accordance With The Attached Information At The Place And Time Specified. Applicants Interested In Applying For This Position Must Submit The Following Materials: 1. Form Sf 171 (completed And Signed) 2. Complete Resume. In Order To Fully Evaluate Your Offer Your Resume Must Include: a. Paid A Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours Worked Per Week For Each Position. Dates (month/year) And Locations For Any Overseas Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting The Solicitation Requirements. b. Specific Duties Performed That Fully Detail The Level And Complexity Of The Work. c. Names And Contact Information (phone And Email) Of Your Current And/or Previous Supervisor(s). d. Education And Any Other Qualifications Including Job-related Training Courses, Job-related Skills, Or Job-related Honors, Awards Or Accomplishments. e. U.s. Citizenship note: Resume Must Contain Explicit Information To Make A Valid Determination That The Candidate Meets The Experience Requirements As Stated In This Solicitation. This Information Needs To Be Clearly Identified In The Resume. Failure To Provide Explicit Information To Determine Qualifications For The Position Will Result In Loss Of Full Consideration. 3. Evaluation Factor Document Specifically Addressing: Each Of The Evaluation Factors Shown In The Solicitation Below. Responses Must Be Limited To 500 Words Per Evaluation Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored. note: The Evaluation Factors Are Worth 70 Out Of 100 Points. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Receive That Are Relevant To Each Factor. 4. Professional References: Three (3) Names And Contact Information (phone And Email) Of Current And/or Previous Supervisors To Serve As Professional References. additional Documents Submitted Will Not Be Accepted. Incomplete Or Late Offers Will Not Be Considered. Complete Applications Must Be Emailed To: dominique Chittum, U.s. Department Of State, Inl/ex/gapp, Chittumda@state.gov sincerely, margaret Renee Gaudreau contracting Officer, U.s. Department Of State subject a Solicitation For A Personal Services Contractor (psc), Department Of State (dos), Bureau For International Narcotics And Law Enforcement Affairs (inl). the United States Government (usg), Represented By The Dos, Seeks Applications From Us Citizens Interested In Providing Psc Services As Described In This Solicitation. pre-award Ethical Responsibilities Of Psc (jun 2011) this Solicitation May Result In The Award Of One Or More Personal Services Contracts As Defined In Far 2.101. Prior To Contract Award, All Offerors Or Quotes Must Advise The Cognizant Contracting Officer If They Have A Personal Conflict Of Interest, Such As A Financial Conflict, That Would Prevent Them From Either Meeting The Requirements Of The Clause Entitled, “post-award Ethical Responsibilities Of Personal Services Contractors,” Or Otherwise Objectively Performing Their Contractual Duties Upon Contract Award. how To Apply offerors Proposal Shall Be In Accordance With The Requirements Stated In This Solicitation At The Place And Time Specified. A Proposal Will Be Determined Non-responsive And Ineligible For Consideration Unless All Required Documents And Information Are Included In The Submission. Offerors Shall Ensure Their Resume Demonstrates Their Possession Of The Minimum Qualifications Outlined In This Solicitation, As Well As Their Ability To Fulfill All Required Duties. The Government Is Not Responsible For Any Costs Incurred By The Offeror During The Solicitation Process. note Regarding Government Obligations For This Solicitation this Solicitation In No Way Obligates The Department Of State To Award A Psc Contract, Nor Does It Commit The Department Of State To Pay Any Cost Incurred In The Preparation And Submission Of The Application. proposals Must Include The Following And Not Exceed Twenty (20) Pages (additional Pages Will Not Be Accepted Or Reviewed): 1. Form Sf 171 (completed And Signed) 2. Resume 3. Evaluation Factor Responses 4. Three (3) Names And Contact Information (phone And Email) Of Current And/or Previous Supervisors To Serve As Professional References. note: Your Resume Should Contain Explicit Information To Make A Valid Determination That You Fully Meet The Experience Requirements As Stated In This Solicitation. This Information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To Determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. Additional Documents Submitted Beyond The Requirements Will Not Be Accepted Or Reviewed. *** One Pdf Attachment Is Highly Recommended veteran’s Preference veteran’s Preference Is Not Applicable To This Position Therefore Do Not Submit Dd-214. all Qualified Applicants Will Be Considered Regardless Of Age, Race, Color, Sex, Creed, National Origin, Lawful Political Affiliation, Nondisqualifying Disability, Marital Status, Sexual Orientation, Affiliation With An Employee Organization, Or Other Non-merit Factor. equal Employment Opportunity Policy - The United States Government Does Not Discriminate In Employment On The Basis Of Race, Color, Religion, Sex (including Pregnancy And Gender Identity), National Origin, Political Affiliation, Sexual Orientation, Marital Status, Disability, Genetic Information, Age, Membership In An Employee Organization, Retaliation, Parental Status, Military Service Or Other Non-merit Factor. submit Proposal Via E-mail To The Attention Of: inl/dominique Chittum e-mail: Chittumda@state.gov direct Questions Regarding This Solicitation To: inl/dominique Chittum e-mail: Chittumda@state.gov inl Will Not Accept Proposals Beyond The Closing Time/date; Unless It Can Be Determined Dos Mishandled The Proposal. general Statement Of The Purpose Of This Contract mission Of The U.s. Department Of State: The U.s. Department Of State Is The Lead Institution For The Conduct Of American Diplomacy And The Secretary Of State Is The President’s Principal Foreign Policy Advisor. The Department Of State’s Mission Is To Advance U.s. National Security Interests, Fight Terrorism, Protect U.s. Interests Abroad, And Implement Foreign Policy Initiatives That Build A Freer, Prosperous, And Secure World. mission Of The Bureau Of International Narcotics And Law Enforcement Affairs (inl): The Bureau Of International Narcotics And Law Enforcement Affairs (inl) Is Part Of The Under Secretariat For Civilian Security, Democracy, And Human Rights (j) Within The Department Of State (dos). Inl’s Mission Is To Minimize The Impact Of International Crime And Illegal Drugs On The United States And Its Citizens By Providing Effective Foreign Assistance And Fostering Global Cooperation. inl Bogota’s Management Office Supports Inl Programs, With The Goal Of Stopping The Flow Of Illegal Drugs To The United States By Improving The Effectiveness And Efficiency Of Strategic Planning And Illicit Crop Eradication. Inl Manages And Funds Bilateral Narcotics Control And Law Enforcement Professionalization Programs In Colombia That Total Over $130 Million In Budget Annually. the Purpose Of This Personal Services Contract (psc) Is To Provide An Inl Management Coordinator In The Inl Office At The U.s. Embassy In Bogota, Colombia To Enhance Oversight Of Approximately 102 Contract Personnel And Management Controls For Inl’s $135 Million Annual Budget. The Position Provides Essential Management And Administrative Direction To Enhance Inl/bogota’s Program Implementation, Contributing To Mission, Bureau, And Department Strategic Objectives. Inl/bogota Programs Include Organized Crime And Counternarcotics, Justice, Police Aviation, Law Enforcement Professionalization Support, And Policy. The Management Coordinator Is Responsible For Managing Two Section Leaders And 35 Locally Employed (le) And Contracted Inl/bogota Staff. The Incumbent Manages Logistics/warehouse/customs, Information Technology (it), Construction, And Facilities Maintenance. The Warehouse Receives Each Year About $70 Million Of Inl Bogota Program Assets Procured Locally Or In The United States, Which Are Critical To The Interdiction, Eradication, Aviation, Or Security Programs. the Incumbent Will Also Streamline Management Processes And Develop And Implement Policies And New Administrative Changes Required. duties & Responsibilities under The Direct Supervision Of The Bogota-based Inl Management Officer Or His/her Designee, The Inl Management Coordinator Will Perform The Following Duties: construction • Supervises The Inl Construction Unit (a Team Of Le And Contractor Staff Including One Project Manager, Two Civil Engineers, One Electrical Engineer, One Systems/electrical Engineer, Three Architects, And One It Specialist) That Provides Subject Matter Expertise To The Inl Program Managers For Proposed Construction Projects And Are Contracting Officer Representatives On Active Construction Projects. • Supports All Inl-funded Program Requirements For Construction Projects (e.g., Modular Offices, Barracks, Warehouses, K-9 Kennels) That Are Donated To The Government Of Colombia (goc). • Oversees An Average Of 80 Construction Projects Annually, Valued At More Than $50 Million. • Works Closely With The Program Managers, The Front Office, The Office Of Acquisition Management, And The Local Gso Contracting Officer Concerning Construction Requirements And Changing Priorities. • Responsible For Assigning The Projects To The Team Members According To Their Specialties And Distributing The Workload To Ensure Effective Use Of The Resources To Avoid Backlogs, Bottlenecks And Other Delays That May Adversely Affect The Mission. • Provides Feedback On The Timelines For The Design, Architectural And Engineering Studies, Reviews Statements Of Work, And Oversees Subsequent Project Execution. • Develops Weekly Evaluations Of Base Line Progress And Discrepancies, Reports Issues, Revises/corrects Schedules, And Produces Lessons Learned Reports At The End Of Each Project To Create A Continuous Follow-up Of Improvement Actions Within The Unit. This Requires Continual Follow Up On The Status Of Individual Projects, Problem Resolution, And Coordination With Contractors, Cnp And Other Goc Architects/engineers, And Inl Program Managers. • Coordinates The Preparation Of Annual Inl Required Advance Acquisition Plan, Obtaining Cost Information And Project, Commodity, And Construction Requirements From All Program Managers, Ensuring Timely And Accurate Reporting For Inl Budget And Planning Officials. inl Warehouse, Customs And Shipping Operations • Responsible For Coordinating And Directing The Inl Management Logistics Supervisor In The Day-to-day Operations Of The Warehouse Ensuring That Critical Program Equipment Is Not Diverted Or Delayed In Its Arrival In Country. • Provides Guidance To Le Staff, Including Two Shipping Clerks, Two Warehousemen, And An Administrative Assistant. The Warehouse Team Works With The Goc Partners (including The National Police, Navy, Army, And Prosecutors’ Office), To Ship, Import, Export, And Complete The Customs And Nationalization Process For Items Such As Aircraft, Aircraft Parts, Boats, Vehicles, Weapons, Ammunition, Night Vision Goggles, Armored Vests, And Other Training Equipment. • Responsible For Establishing Policies And Guidelines For Registering All Inl Assets In The Asset Management Database And Ensuring Appropriate Labeling For Eum Prior To Transfer To The Goc For Inclusion In The Ilms Database. • Provides Appropriate Oversight For Proper Accountability Of Program Assets. facilities Maintenance Team (fmts) • Oversees The 15-30-member Fmt Of Third-party Contractors, Managed By A Civil Engineer And Supervised By The Inl Management Logistics Supervisor. This Team Of Craftspeople, Electricians, And Air Conditioning And Inventory Specialists Construct, Renovate, And Maintain Inl-program-funded Buildings. • Works With Program Managers To Determine Whether It Would Be More Efficient And Financially Beneficial To Utilize The Fmts To Complete A Construction Or Maintenance Project. • Provides Detailed Cost-benefit Analysis As Well As Detailed Planning To Show Scope And Timeframe For The Proposed Projects, To Assist In Deciding Which Mechanism Will Be Used To Complete The Project. motorpool Fleet • Oversees All The Employees (seven Le) In The Motor Pool Unit, Comprised Of A Vehicle Operations & Maintenance Supervisor, Five Drivers And An Administrative Clerk/driver. Directs, And Monitors The Use And Maintenance Of Motor Vehicles And Ensures Safe And Efficient Transportation To Post Personnel And Official Visitors. inl Management Training Coordinator • Coordinates Washington Staff Assistance Visits. • When Required, Performs The Role Of Duty Officer. • Performs Other Duties As Requested And Assigned That Are Directly Related To This Statement Of Work. training & Distance Learning Courses 1. Completes The Contracting Officer Representative (pa296), Grants Officer Representative, And Aor Distance-learning (dl) Courses Through The Foreign Service Institute (fsi) Within 120 Days Of Arriving At Post. 2. Completes The Introduction To Working In An Embassy (pn113) Distance-learning (dl) Course Through The Foreign Service Institute (fsi) Within The First Six (6) Months Of Arriving At Post. 3. Completes The Inl Orientation Course, Inl Management Overseas Training (if Available), And Relevant Acquisition And Administrative Courses As Necessary. 4. Financial Management Training Offered By Fsi – Modules Will Be Selected By The Inl Management Officer. 5. Appropriate Human Resources Training Determined By Supervisor And Offered By Fsi. 6. Completes The Mandatory Foreign Affairs Counter-threat (fact) Course (ct650) Prior To Deployment To Post. 7. Consultations With The Inl Program Office May Be Required. place Of Performance & Travel Requirements the Place Of Performance For This Position Is Us Embassy, Bogota, Colombia. Occasional Travel To Rural Areas, Small Towns, And Occasionally To Large Cities Throughout Colombia Is A Requirement Of This Position. Many Of These Areas In Colombia Are Conflict Zones Where Insurgent Groups Are Based, Criminal Organizations Operate, And Crime Is Generally High. In Addition, Many Of These Areas In Colombia Are Tropical, With High Temperatures, High Humidity, Tropical Insects And Diseases, And Minimal Infrastructure. relationships the Incumbent Works Under The Day-to-day Direction Of The Fs-02 Inl Management Officer And In Close Coordination With The Fs-03 Deputy Management Officer, Keeping The Inl Bogota Director/deputy Well Informed About His/her Teams And Projects. The Psc Will Serve As The Management Coordinator For Program Implementation, Supervising The Key Management Areas Described In Section B And Coordinating Administrative Reporting. The Management Coordinator Will Backstop The Fs-02 Management Officer And Fs-03 Deputy. the Management Coordinator Will Serve As A Contracting Officer’s Representative (cor) Level Iii For The $60 Million Inl Bogota Contract That Provides Approximately 100 Contract Employees, Wherein S/he Is Delegated The Authority To Act For The Contracting Officer In Matters Concerning Technical Clarification, Inspection And, After Concurrence By The Contracting Officer, Acceptance Of Contractor Performance Under The Contract, Including Preparation Of Receiving Reports, And The Authorization Of Progress Payments When Appropriate. The Cor Will Coordinate All Work With The Contractor And Review Contractor's Performance At Significant Stages Of Its Development. In No Instance, However, Shall The Cor Be Authorized To Alter Or Modify The Specifications Or The Contract Terms And The Conditions Or Waive The Government's Requirement, Price, Delivery, Or Other Terms And Conditions. Such Changes Must Be Authorized, In Writing, By The Contracting Officer. the Contract Administrator Shall Be The Inl Contracting Officer In Washington. In No Instance Shall The Inl Management Officer Or Any Other Individual Be Authorized To Alter Or Modify The Terms And Conditions Of The Contract Or Waive The Government's Requirements, Price, Delivery, Or Other Terms And Conditions. The Contracting Officer Must Authorize Such Changes In Writing. the Inl Management Officer Will Provide Yearly Performance Reviews To The Inl/ex/gapp Contracting Officer In Washington, D.c. To Contribute To The Incumbent’s Official Yearly Review. complexity this Position Must Exercise Considerable Independence And Judgment In Responding To Rapidly Changing Program Support Requirements. Due To The High Visibility And Political Sensitivity Of The Issues In Which Inl Bogota Is Involved, There Is Extreme Difficulty In Identifying The Nature Of The Issues And Planning, Organizing, And Determining The Scope And Depth Of Studies/audits To Be Undertaken. The Psc Is Expected To Address Difficult Scenarios By Separating The Substantive Nature Of The Programs Or Issues Into Their Components And Determining The Nature And Magnitude Of Programs Or Issues, As Well As In Discerning The Intent Of Policy Statements And Determining How To Translate The Intent Into Program Support Actions. scope & Effectiveness the Psc Performs Broad And Extensive Assignments Related To A Complex Range Of Administrative Functions Mentioned Above To Support Inl Bogota Counternarcotics Programs, Which Are Of Paramount Importance To Mission Colombia, The Department Of State, The Public And Congress. period Of Performance the Period Of Performance For This Contract Is Twelve (12) Months From The Date Of Award With Four (4) Optional One-year Extensions. minimum Requirements 1. U.s. Citizenship With The Ability To Obtain And Maintain Department Of State Secret Level Security Clearance, Medical Clearance, And Ethics Clearance (if Applicable). (security Clearance Upgrade To Top Secret Level May Be Required.) 2. Bachelor’s Degree From An Accredited Us Institution. 3. A Minimum Of Five (5) Years Of Progressively Relevant Experience In Management, Including At Least Three (3) Years In Logistics Or Financial Management. Aforementioned Experience Must Be Working With Full Range Of Administrative Laws, Policies, Regulations, And Precedents Applicable To Program Administration. 4. A Minimum Of Five (5) Years Of Experience Directly Supervising Personnel. 5. Demonstrated Knowledge And Experience Implementing Management Controls, Practices, And Procedures. 6. Demonstrated Specific Knowledge Of Usg Acquisition Regulations And Management Practices. 7. English Fluency And The Ability To Read And Speak Spanish At The Professionally Proficient Level. 8. A Minimum Of Five (5) Years Of Experience Working Outside Of The United States Or Working With International Partners. 9. Demonstrated Experience Working Overseas With Inl Or Within An Embassy Management Section. 10. Demonstrated Understanding Of U.s. Foreign Policy And Interagency Process. evaluation Factors (used To Determine The Competitive Ranking Of Qualified Offerors In Comparison To Other Offerors.) Offerors Should Cite Specific, Illustrative Examples For Each Factor. Responses Must Be Limited To 500 Words Per Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored. factor 1: Work Experience 25 Points demonstrated Work Experience In Managing Large Teams And Complex Projects That Include Determining And Validating Requirements, Implementing Progress On Projects, As Well As Reporting On Budget, Logistics, Warehouse, Customs, Human Resources (hr), Vehicle Fleet, And Construction. factor 2: Program Experience 25 Points demonstrated Experience In Preparing Budgets, Advance Acquisition Plans, Statements Of Work (sow), Procurement Orders, Purchase Requests, Sole-source Justification Waiver Requests, And A Variety Of Reports With A Full Range Of Sensitive Management Issues. Demonstrated Experience Monitoring And Organizing The Drafting Of The Annual Reports, As Well As Any Ad Hoc Reports Required. Demonstrated Experience Providing Authoritative Management Advisory Service, Which Includes Researching, Analyzing, And Evaluating The Issues, Determining Applicable Precedents, Recommending Innovative Methods And Strategies To Resolve Complex Management Problems, And Identifying The Most Effective Approach. factor 3: Management & Communication Experience 20 Points demonstrated Ability To Communicate Effectively, Both Orally And In Writing, In A Timely And Concise Manner; Interact Effectively With Others At All Levels To Prepare, Analyze, Explain, And Defend Determinations And Requirements With Respect To Conformance To Applicable Laws, Policies And Other Regulatory Guidelines; And Advise Program Officials. demonstrated High Level Of Written Communication Sufficient To Draft A Variety Of Reports, Letters, Memoranda, Position Evaluation Statements, And Other Correspondence On A Full Range Of Sensitive Management Issues. Demonstrated Oral Communication Sufficient To Meet And Deal With Managers And Employees At All Levels In Situations Of A Highly Sensitive Nature. the Offeror Rating System Is As Follows: evaluation Factors Have Been Assigned The Following Points: factor #1 – 25 factor #2 – 25 factor #3 – 20 total Possible – 70 Points interview Performance – 30 Points satisfactory Professional Reference Checks – Pass/fail (no Points Assigned) past Performance Evaluation Of Applicant’s Ability To Perform Under The Contract. In Conducting The Evaluation, The U.s. Government Reserves The Right To Utilize All Evaluation Information Available At The Time Of Evaluation, Whether Provided By The Applicant Or Obtained From Other Sources. total Possible Points: 100 the Most Qualified Candidates May Be Interviewed, Required To Provide A Writing Sample, And Demonstrate An Ability To Operate Commonly Used Office Applications. Inl Will Not Pay For Any Expenses Associated With The Interviews. In Addition, Applications (written Materials And Interviews) Will Be Evaluated Based On Content As Well As On The Applicant's Writing, Presentation, And Communication Skills. In The Event That An Applicant Has Fully Demonstrated His/her Qualifications And There Are No Other Competitive Applicants, Inl Reserves The Right To Forego The Interview Process. Professional References Will Be Evaluated For Applicants Being Considered For Selection. compensation (base Pay) this Position Has Been Designated At The Fs-02 Equivalent Level ($99,700 - $146,413 Per Annum). Final Compensation Will Be Negotiated Within The Listed Market Value Based Upon Qualifications, Previous Relevant Experience And Work History, Salary And Educational Background. Salaries, Including Any Recruitment Supplemental Pay That Exceeds The Listed Pay Range, Will Not Be Entertained Or Negotiated. for Award, Inl Will Negotiate For This Contract Based On The Market Value As Outlined Above And Overall Experience Relevant To The Solicitation Requirements. benefits & Allowances as A Matter Of Policy, Inl Normally Authorizes The Following Benefits And Allowances benefits - If Applicable • Employee's Fica/medicare Contribution • Contribution Toward Health And Life Insurance • Pay Comparability Adjustment • Annual Increase • Eligibility For Worker's Compensation • Annual, Sick And Home Leave • 401k Plan • Medvac (provided By Dos Med) allowances In Accordance With Department Of State Standardized Regulations (dssr) - If Applicable • Temporary Quarters Subsistence Allowance (tqsa) Or Per Diem Upon Arrival At Post • Housing Allowance • Post Allowance • Supplemental Post Allowance • Maintenance Allowance (sma) • Education Allowance • Educational Travel (full-time United States Based Secondary) • Post Hardship Differential • Danger Pay • Shipment Of Hhe, Uab, Pov And Consumables

AB Vilniaus Silumos Tinklai Tender

Lithuania
Closing Date16 Jun 2028
Tender AmountRefer Documents 
Details: Acquisition of Installation Services of Equipment Required for Energy Accounting, in order to Enable Ab Vilnius Heat Networks to Ensure Remote Reading of the Heat Energy Accounting It Produces. The Dynamic Purchasing System (hereinafter - DPS) is divided into the following categories: Category I - Hot Water Meter Installation Services; Category Ii - Domestic Heat Meter Installation Services; Category Iii - Installation Services of Electrical and Electronic Equipment of Heat Points; Category Iv - Installation Services of Introductory Heat Meters; Category V – Installation Services of Heat Dividers; Vi Category - Concentrator Installation Services.

Provincial Government Of Camarines Norte Tender

Civil And Construction...+1Construction Material
Philippines
Closing Soon24 Oct 2024
Tender AmountPHP 999.3 K (USD 17.4 K)
Details: Description Request For Quotation Infrastructure (negotiated Procurement-small Value Procurement) The Provincial Government Of Camarines Norte (pgcn), Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Contractors, To Quote Their Lowest Price On The Project Stated Below, Subject To The Terms Of Reference (tor), In Accordance With Section 53.9 And Annex H Of The 2016 Revised Implementing Rules And Regulation Of Ra 1984. Name Of Project And Location: Repair/rehabilitation Of School Building Sotero Mago Elementary School, Capalonga, Camarines Norte Contract Reference Number: Rfq-infra-2024-018 Approved Budget For The Contract: P 999,380.30 Terms Of Reference I. The Following Documentary Requirements Shall Be Submitted Together With The Price Quotation (sealed In An Envelope): 1. Valid Philgeps Registration Certificate-platinum (attach Annex “a” Stating That You Have A Current And Updated File Of The Following Class “a” Eligibility Documents Under Section 23.1 (a) And 24.1): A. Sec/dti/cda Registration Certificate B. Mayor’s Business Permit C. Tax Clearance D. Philippine Contractors Accreditation Board (pcab) License And Registration E. Audited Financial Statements 2. Bir Registration Certificate 3. Income Tax Return (itr)- (for Abc’s Above 500k) 4. Omnibus Sworn Statement-(for Abc’s Above 50k) 5. Affidavit Of Site Inspection 6. Name/credentials Of Proposed Key Personnel (project Manager, Project Engineer, Materials Engineer, Construction Foreman And Safety Officer) 7. List Of Completed Similar Project Within The Last Three (3) Years With Attached Supporting Documents 8. List Of Contractor’s Equipment (one (1) Unit Welding Machine, One (1) Unit Hoisting Machine, 4x4 Pick-up Type Service Vehicle) (the Contractor’s Major Equipment Units Which Are Owned, Leased And/or Under Purchase Agreements Must Be Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor During The Duration Of The Project, As The Case May Be Which Must Meet The Minimum Requirements) 9. Quotations Not Accompanied By The Documents Stated Shall Be Automatically Disqualified Ii. Additional Requirements To Be Submitted Within Five (5) Days From Opening Of Sealed Quotations: 1. Construction Schedule And S-curve 2. Pert/cpm 3. Manpower Schedule 4. Equipment Utilization Schedule 5. Construction Method In Narrative Form 6. Construction Safety & Health Programs Approved By Dole* *copy Of The Cshp Received By Dole May Be Initially Submitted Together With The Noa However, The Dole Approved Cshp Must Be Immediately Submitted Upon Approval. Ii. Implementation Schedule: The Project Should Be Completed Within Sixty (60) Calendar Days Starting From Receipt Of Notice To Proceed (ntp). Iii. General Conditions: 1. All Quotations Must Be Legibly Written. 2. Price Offers Exceeding The Approved Budget For The Contract (abc) Shall Be Automatically Disqualified. 3. Price Quotations Shall Be Duly Supported By The Bidder’s Detailed Computation Of Estimated Costs For Each Item. 4. Total Bid Offers Shall Be Inclusive Of Taxes Such As But Not Limited To Vat, Income Tax, Local Tax (such As Sand & Gravel Tax, Contractor’s Tax) And Other Levies. 5. Price Quotation Will Be Valid For Sixty (60) Calendar Days From Date Of Opening Of Sealed Quotations. 6. The Price Offered Shall Not Be Subject To Any Increase For Whatever Reason Including In Cases Of Devaluation/inflation During The Entire Duration Of The Contract. Iv. Awards Of Contract All Submitted Quotations Will Be Evaluated And Calculated Including Its Eligibility Requirements. The Bac Shall Recommend To The Head Of The Procuring Entity The Award Of Contract To The Contractor/supplier With The Single Or Lowest Calculated Responsive Quotation, Setting Forth The Names Of Those Who Responded To The Request For Quotations (rfq) With An Abstract Of Quotations. V. Performance Of Security 1. To Guarantee The Faithful Performance Of The Successful Bidder Of Its Obligation Under The Contract, It Shall Post A Performance Security Within Ten (10) Calendar Days From The Receipt Of Notice Of Award (noa), Which Shall Answer For Any Liability Arising From The Performance Of The Contract. 2. The Performance Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity In An Amount Not Less Than The Percentage Of The Total Contract Price In Accordance With The Following Schedule: Form Of Performance Security Amount Of Performance Security (not Less Than The Percentage Of The Total Contract Price) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. (the Cashier’s/manager’s Check May Be Issued By Other Banks Certified By The Bsp As Authorized To Issue Such Financial Instrument.) Ten Percent (10%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (the Bank Draft/guarantee, Or Irrevocable Letter Of Credit May Be Issued By Other Banks Certified By The Bsp As Authorized To Issue Such Financial Instrument.) (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Thirty Percent (30%) 3. The Performance Security Posted In Favor Of The Procuring Entity Shall Be Forfeited In The Event It Is Established That The Contractor Is In Default In Any Of Its Obligations Under The Contract. Vi. Contract Signing 1. The Provincial Government Camarines Norte Shall Enter Into Contract With The Winning Bidder Upon Posting Of The Required Performance Security And Insurance Coverage. The Following Documents Shall Form Part Of The Contract: A. Contract Agreement; B. Terms Of Reference; C. Price Quotation Form Including The Detailed Cost Computation Of Estimated Costs; And D. Notice Of Award Vii. Notice To Proceed (ntp) The Provincial Government Of Camarines Norte Shall Issue The Ntp To The Successful Bidder Upon Approval Of The Contract By The Head Of The Procuring Entity. Viii. Contract Implementation: The Rules And Regulations And Other Aspect Of Contract Implementation Shall Be In Accordance With Annex E Of The 2016 Revised Irr Of Ra 984, Such As, But Not Limited To The Following: A. Variation Order-change Order/extra Work Order B. Additional/extra Work Costing C. Conditions Under Which The Contractor Is Start To Work Under Variation Orders And Receive Payments D. Advance Payment E. Progress Payments F. Retention Money G. Contract Completion H. Negative Slippage I. Liquidated Damages J. Suspension Of Work K. Extension Of Contact Time L. Accreditation Of Testing Laboratories M. Other Rules And Guidelines Ix. Warrant Security: 1. To Guarantee That The Contractor Shall Perform His Responsibilities As Prescribed In Section 62.2.3.1(a) Of This Irr, It Shall Be Required To Post A Warranty Security In Accordance With The Following Schedule: Form Of Performance Security Amount Of Performance Security (not Less Than The Percentage Of The Total Contract Price) (a) Cash Or Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That The Letter Of Credit Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (the Letter Of Credit May Be Issued By Other Banks Certified By The Bsp As Authorized To Issue Such Financial Instrument.) Five Percent (5%) (b) Bank Guarantee Confirmed By A Universal Or Commercial Bank. (the Bank Draft/guarantee May Be Issued By Other Banks Certified By The Bsp As Authorized To Issue Such Financial Instrument.) Ten Percent (10%) (c) Surely Bond Callable Upon Demand Issued By Gsis Or A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Thirty Percent (30%) 2. The Warranty Security Shall Be Denominated In Philippine Pesos, Remain Effective For One (1) Year From The Date Of Issuance Of The Certificate Of Final Acceptance By The Pgcn. Funded Through The 20% Development Fund With Sp Res. No.519-2024/ao No.16-2024-supplemental Budget No. 2. Interested Contractors/suppliers May Obtain Further Information From The Provincial Government Of Camarines Norte And Inspect The Terms Of Reference At The Address Given Below From 8:00 A.m. To 5:00 P.m., Monday To Friday, Except Holidays. A Complete Set Of Request For Quotation Documents May Be Acquired By Interested Contractors/suppliers On October 17, 2024 At The Provincial Capitol Building, Daet, Camarines Norte And From The Website Of The Philippine Government Electronic Procurement System (philgeps) Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p1000.00). The Procuring Entry Shall Allow The Contractor/suppliers To Present Its Proof Of Payment For The Fees In Person. All Quotations Together With The Required Documents Must Be Placed In A Sealed Envelope Marked Repair/rehabilitation Of School Building, Sotero Mago Elementary School, Capalonga, Camarines Norte Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before October 24, 2024 At 1:30p.m. Late Bids Shall Not Be Accepted. Opening Of Sealed Quotations Shall Be On October 24, 2024 At 2:00p.m. Onwards At The New Bac Conference Office, At The Back Of Agro-sports Center, J. Lukban St., Daet, Camarines Norte. Bids Will Be Opened In The Presence Of The Contractors/suppliers Representatives Who Choose To Attend The Activity. For Further Inquiries, Please Coordinate With The Bac Secretariat The Address Below: Engr. Almirante A. Abad Head, Bac Secretariat Bac Office, Camarines Norte Agro Sports Center J. Lukban St., Daet, Camarines Norte The Provincial Government Of Camarines Norte Reserves The Right To Reject Any Or All Price Quotations, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Price Quotations, At Any Time Prior To Contract Award, Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Pgcn Assumes No Responsibility Whatsoever To Compensate And Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Price Quotations. Atty. Archimedes O. Yanto Provincial Legal Officer/bac Chairperson Price Quotation To: Atty. Archimedes O. Yanto Provincial Legal Officer/bac Chairperson Sir: After Having Fully Read And Accepted The Terms Of Reference For The Repair/rehabilitation Of School Building, Sotero Mago Elementary School, Capalonga, Camarines Norte, I Hereby Submit, In A Sealed Envelope, My Price Quotation, Along With The Required Documents And Detailed Computation Of Estimated Costs. Item No. Item Description/ Specifications/scope Of Work Quantity Unit Unit Cost Total Cost Name Of Project: Repair/rehabilitation Of School Building Location: Sotero Mago Elementary School, Capalonga, Camarines Norte Approve Budget For The Contract (abc): P 999,380.30 I Removal Of Existing Roof/trusses/ceiling 1.00 Ls Ii Roof Framing 1.00 Ls Iii Roof Tinning 112.01 Sq.m. Iv Ceiling Works 93.14 Sq.m. V Painting Works (interior Walls) 98.43 Sq.m. Vi Electrical Works 1.00 Ls Spl-1 Provision Of Field Office For The Engineer (rental Basis) 2.00 Mos. Spl-2 Provision Of 4x4 Pick-up Type Service Vehicle For The Engineer On Bare Rental Basis 10.00 Days Spl-3 Project Billboard/signboard 1.00 Each Spl-4 Occupational Safety & Health Program 1.00 Ls T O T A L In Words: If Our Bid Is Accepted, We Undertake To Provide The Required Performance Security. We Agree To Abide By This Bid For The Bid Validity Period Of One Hundred Twenty (120) Days And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award (noa) Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Bid You May Receive. _____________________________________ Name Of Firm/offeror _____________________________________ Printed Name And Signature Of Representative _____________________________________ Address _____________________________________ Telephone No./cellphone No./e-mail Address _____________________________________ Date
8391-8400 of 8902 active Tenders