Fabrication Tenders

Fabrication Tenders

Municipality Of Kauswagan, Lanao Del Norte Tender

Electronics Equipment...+2Security and Emergency Services, Electrical and Electronics
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 27 Million (USD 465.9 K)
Details: Description Qty Unit Item Description 64 Units Ipc-hfw2449m-as-led-b-s2  4-mp ½.9” Cmos Image Sensor, Low Luminance And High Definition Image  Output Max 4 Mp (2688x1520) @20 Fps And Supports (2560x1440)@25/30 Fps  H.265 Codec, High Compression Rate, Ultra-low Bit Rate  Built In Warm Light And The Max Illumination Distance Is 50m  Roi, Smart H.264+h.265+, Flexible Coding, Applicable To Various Bandwith And Storage Environment  Rotation Mode, Wdr, 3d Nr, Hlc, Blc, Digital Watermarking, Applicable To Various Monitoring Scenes  Intelligent Monitoring: Intrusion, Tripwire (the Two Functions Support The Classification And Accurate Detection Of Vehicle And Human)  Abnormality Detection: Motion Detection, Video Tampering, Audio Detection, No Sd Card, Sd Card Full, Sd Card Error, Network Disconnection, Ip Conflict, Illegal Access And Voltage Detection  Alarm: 2 In, 2 Out, Audio: 1 In, 1 Out Support Max 256 G Micro Sd Card, Built In Mic 2 Units Ip Ptz 360 25x Zoom 6 Units 10tb Hdd Fro Surveillance 8 Units Pfs3206 4-port Poe Switch (unmanaged)  Two-layer Unmanaged Poe Switch  Cascade Can Be Realized Via Sfp Fiber Port  Mac Auto Study And Aging, Amc Address List Capacity Is 8k  Support Ieee802.3af, Ieee802.3at,hi-poe Standard  Conform Ieee802.3, Ieee802.3u, Ieee802.3ab 6 Units 6port Poe 3006 12 Units Poe Extender Outdoor 1x2 2,400 Meters Cat6 Utp Outdoor Pure Copper 1 Lot Fiber Fig.8 With Msgr, Outdoor (various Area) 1 Lot Fiber Cable 1core Outdoor With Msgr 1 Lot Fiber Splicing 16 Pcs Sfp Module Fiber 4 Units Access Point Antenna For P2p In Remote Area 48 Pcs Fiber Patchcord/pigtail 16 Pcs Fiber Box Small 500 Pcs Fiber Pole E Clip Metal/plastic 6 Units Ups 650va 2 Pcs Hdmi Cable 4k 2 Pcs Ptz Utility Box 2 Pcs Ptz Bracket 64 Pcs Aluminum Camera Utility Box 64 Pcs Aluminum Camera Bracket 1 Pc P2p Tower Antenna To Interior School With Long Range Base Station And Receiver 25 Pcs Pole Clamp 10 Pcs Pole Camera Bracket 1 Pc Network Consumable 1 Lot Electrical 1 Lot Command Center Back Up Power Inverter, 48vdc, 12v 200ah Gel Battery, Automatic Transfer Switch, 10mm Thhn, Ac Breaker, Ac Spd, Metal Enclosure 1 Lot Command Center Computer Table And Chair For 6 Monitors 6 Units Pole Box Outdoor Water Proof Large 1 Lot Led Wall Maintenance Cabling 1 Lot Led Wall Panel Maintenance/software Command Center Videowall Components And Software Programming 1 Unit Server Dss Pro With 128 Cameras License, Dss Pro Comprehensive And Expandable Vms, Flexible And Scalable, Reliable And Powerful Central Management System With Client-server Architechture, 1 Unit Nvd0905dh-41-4k Ultra Hd Network Video Recorder  Designed For Standalone Operator Viewers  H.265+h.265/h.264/mjpeg/mpeg4/mpeg2 Video Decoding  Ultr High Decoding Ability Up To 12mp  2ch Hdmi And 2ch Dvi-i Input, 9ch Hdmi Output  Support 1/4/9/16 Display Split  Support Audio, Alarm, Bi-directional Talk, Rs485  Splicing Screens Control For Zoom/merge/roam/overlay 3 Units Professional Nvr 64 Channel 2u 4k&h.265 Pro Network Video Recorder  Smart H.265+/h.265/smart H.264/mjpeg  Max 320mbps Incoming Bandwith  Supports Raid 0/1/5/10  Up To 12mp Resolution For Preview And Playback  2hdmi/2vga Simultaneous Video Output 9 Units Ls550ucm-ef 55” Fhd Video Wall Display Unit (ultra Narrow Bezel 3.5mm)  Industrial Level Ads Lcd Panel, Suitable For Continuous 24h/7 Operation  Ultra-narrow 3.5mm Bezel-to-bezel Design  Anti-glare Panel, Vivid And Memorable Image Quality  Factory Calibration Technology For High Color Uniformity  Built-in 3d Noise Reduction System And Picture Splicing Function  Abundant Interfaces Hdmi, Dvi,vga, Bnc, Usb Supporting Remote Control By Computer  Professional Thermal Design To Extend Device Lifespan  Built-in Power, Low Energy Consumption, Ultra Quiet  Modular Structure Design, Multiple Installation Modes  Widely Used In Durveillance Center, Command Center, Meeting Room, Commercial Display Scenes, Etc. 9 Pcs 15m 4k Hdmi Cables 1 Assembly Fabricated Wall Frame Support 9 Pcs Tvw02-48f Multi-screen Video Wall Mount For 37”-70” 2 Assembly Vms Client Pc (with Dss Client Software Program)  Intel I5 12th Gen + Compatible Motherboard  16gb Ram Ddr4 Dimm  256gb Ssd + 500gb Hdd  True Rated 650w Psu  Atx/matx Tempered Chassis  Rtx3050 Gpu (4 Display Output)  Mouse And Keyboard Combo 6 Pcs 22” Fhd Led Monitor 2 Pcs Triple Monitor Articulating Mount For 13”-27” (tv12-c034n) 1 Lot Consumables And Other Cables (gypsum Screw, Plastic Tox, Printed Tagging, Electrical Tape, Masking Tape, Cable Tie, Tie Wire, Assorted Connectors, Velcro Tape And Etc.) 1 Lot Installation/commissioning/technical Expertise/transportation/mobilization And Tools/equipments/ 1 Year Maintenance/equipment And Tools And Installation Of Video Wall Cable Setting, Including Software Program Of Camera Mapping

Oriental Mindoro Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 6.5 Million (USD 113.8 K)
Details: Description Republic Of The Philippines Province Of Oriental Mindoro Municipality Of Pinamalayan Office Of The Bids And Awards Committee Invitation To Bid Itb-2024-58 1. The Municipal Government Of Pinamalayan, Oriental Mindoro, Through The Authorized Appropriations Under The General Fund 2022 & 2023 Intend To Apply The Sum Of Six Million Five Hundred Ninety Nine Thousand Six Hundred Ninety Six Pesos And Thirty One Centavos (6,599,696.31) Being The Approved Budget For The Contract (abc) For The Project “ Construction Of Municipal Accounting Office Building (2 Floors) Attachment Annex A For Technical Specification Shall From Part Of Itb 2024-58 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Submission And Receipt Of Bids At Least One (1) Contract Similar To The Project And Whose Value Must Be At Least Fifty Percent (50%) Of The Approved Budget For The Contract (abc). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section 5, Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act”. 4. Bid Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee Amounting To Php 10,000.00 For The Bidding Documents. The Invitation To Bid And Bidding Documents May Be Downloaded From The Website Of The Philippine Government Electronic System (philgeps) And Municipal Government Website (www.pinamalayan.gov.ph) 5. The Schedule Of Bidding Activities Shall Be As Follows: Activities Schedule Venue Sale And Issuance Of Bid Documents December 4, 2024, 2024- January 2, 2025 Bac Office Pre Bid Conference December 18, 2024 At 9:00 O’clock In The Morning Bac Office Submission Of Bids January 2, 2025 At 5:00 O’clock In The Afternoon Bac Office Opening Of Bids January 3, 2025 At 9:00 O’clock In The Morning Bac Office Pre Bid Conference Is Open To All Interested Bidders. For Purposes Of Having A Legal Personality To Raise Or Submit Written Queries Or Clarifications In The Pre-bid Conference Relative To The Bid Project, Bidders Must Pay The Non-refundable Fee For The Bidding Documents On Or Before The Date Of The Pre-bid Conference. For The Pre-bid Conference, Bidders Are Encouraged To Send Their Authorized Technical Representatives Or Personnel, Who Are Familiar With The Bid Requirements And Will Prepare The Documents For The Bidder 6. The Eligibility Requirements And Bid Proposal Documents Must Be Sequentially Compiled In Accordance With The Checklist With Index Table And Table Of Contents For Easy Document Review. 7. The Municipal Government Of Pinamalayan Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. The Municipal Government Of Pinamalayan Likewise Assumes No Obligation Whatsoever To Compensate Or Indemnify Any Bidder Or Winning Bidders, As The Case May Be, For Any Expenses Or Loss That Said Party(ies) May Incur In Its Participation In The Pre-bidding And Bidding Process Nor Does It Guarantee That An Award Will Be Made. For Further Information, Please Refer To: Enrique N. Mocling Bac Secretariat Madrid Blvd. Pinamalayan Oriental Mindoro Telephone #: 284-4517 Email Address: Bacpinamalayan@yahoo.com Approved By: Carlito M. Mejico , Cpa, Reb Municipal Assessor Bac Chairperson Date Of Publication: Posted Philgeps : Newspaper : Not Applicable Agency Website : December 4, 2024-january 3, 2025 Posted 3 Conspicuous Places: Mun. Hall Bulletin Board Lobby – December 4, 2024-january 3, 2025 2. Dilg/abc Announcement Wall – December 4, 2024-january 3, 2025 3. Pinamalayan Public Market – December 4, 2024-january 3, 2025 Construction Of Macco Building (2 Floors) No. Qty. Unit Description Part – I Facilities For The Engineer A.1.1 (1) 1 L.s Construction Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer Part – Ii Other General Requirements B.5 1 Each Project Billboard / Sign Board B.7 1 L.s Occupational Safety And Health Program Part – Iii Civil, Electrical And Sanitary / Plumbing Works Part – Iii A Earthworks 801 (1) 1 L.s Removal Of Structures And Obstruction 803 (1) A 118.20 Cu.m Structure Excavation, Common Soil Part – Iii B Plain And Reinforced Concrete Works 900(1) C2 24.08 Cu.m Structural Concrete (footings And Slab On Fill), A, 28 Days 900(1) C3 6.85 Cu.m Structural Concrete (footings Tie Beam), A, 28 Days 900(1) C4 8.77 Cu.m Structural Concrete (columns), A, 28 Days 900(1) C5 20.99 Cu.m Structural Concrete (suspended Slab), A, 28 Days 900(1) C6 21.55 Cu.m Structural Concrete (beams/girders), A, 28 Days 902(1) A 24,949.40 Kgs Reinforcing Steel Deformed, Grade 40 903(2) 235.44 Sq.m Forms And Falseworks Part – Iii C Finishing C.1 Masonry Works 1046(2) A2 393.98 Sq.m Chb Non Load Bearing (including Reinforcing Steel), 150mm 1046(2) A1 46.38 Sq.m Chb Non Load Bearing (including Reinforcing Steel), 100mm C.2 Roof Framing & Roofing Works Spl 01 140.25 Sq.m Steel Trusses And Roofing Works C.3 Fabricated Materials 1027(1) 850.44 Sq.m Cement Plaster Finish Spl 03 850.44 Sq.m Painting Works (masonry) 1051 (6) 1 L.s Railings C.4 Tile Works 1018(5) 6.30 Sq.m Glazed Tiles C.5 Doors And Windows Spl 04 31 Sets Doors And Windows Part- Iii D Electrical Works 1100(10) 1 L.s Conduit, Boxes, And Fittings, (conduit Works / Conduit Rough-in) 1101(33) 1 L.s Wires And Wiring Devices 1102(1) 1 L.s Panelboard With Main And Branch Brakers 1103(1) 1 L.s Lighting Fixtures And Lamps Part – Iii E Sanitary & Plumbing Works 1001 (11) 1 L.s Catch Basin (concrete / Chb) 1002 (27) 1 L.s Plumbing Works

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents 
Details: Sources Sought Lifecycle Notice this Is A Sources Sought Notice For Market Research Purposes Only. The Naval Surface Warfare Center, Port Hueneme Division (nswc Phd) Issues This Sources Sought Notice As A Means Of Conducting Market Research To Identify Interested Parties For This Requirement. This Sources Sought Notice Is Focused On Identifying Capabilities In The Market Place And Resources To Support This Requirement, As Well As Obtaining Related Technical Information For The Procurement Of The Requirement Listed Below. the Results Of This Market Research Will Contribute To Determining The Feasibility Of A Set Aside, As Well As The Method Of Procurement. the Applicable North American Industry Classification System Code Assigned To This Procurement Is 336611-ship Building And Repairing. Psc:j019 - Maint/repair/rebuild Of Equipment- Ships, Small Craft, Pontoons, And Floating Docks. contract Type – The Government Anticipates The Contract Will Be A Cost-plus-fixed-fee Level Of Effort (loe) Contract. The Evaluation Method Has Not Yet Been Determined; However, The Government Anticipates Utilizing Best Value Criteria. the Performance Period Is Anticipated To Be For One (1) Base Year With Four (4) Option Years. integrated Lifecycle Sustainment And Depot-level Repair Are Crucial For Evaluating And Improving Component And System Performance And Sustainability. These Processes Ensure That Equipment Remains Operationally Efficient And Maintains Its Longevity Throughout Its Entire Lifespan. The General Scope Of This Statement Of Work Varies Across Different Phases, The Overarching Goal Is To Ensure That Systems And Equipment Consistently Meet The Needs Of The Nswc Phd. The Primary Goal Is To Optimize The Total Cost Of Ownership While Maintaining Functionality And Reliability. These Approaches Are Essential For Sustaining Operational Efficiency And Extending The Useful Life Of Equipment. life Cycle Support For Equipment And Systems Spans Several Phases: Acquisition, Development, Deployment, Operations And Maintenance, Modernization, And Retirement. Throughout This Cycle, Lifecycle Sustainment Provides Ongoing Support From Deployment To Retirement. This Support Includes Routine Maintenance, Upgrades, And Modifications To Ensure Systems Consistently Meet Performance Standards And Adapt To Changing Requirements. depot-level Repair Addresses More Complex Issues By Offering Comprehensive Repairs And Overhauls That Go Beyond Routine Maintenance. As Components Enter Their Operational Phase, Continuous Monitoring Becomes Important To Manage Wear And Tear, Performance Issues, And Maintenance Needs Effectively. By Analyzing Key Performance Indicators And Understanding Common Failure Modes, We Can Refine Maintenance Strategies And Improve Design To Enhance Overall System Performance And Reliability. interested Small Businesses Are Invited To Submit Capability Statements. This Sources Sought Notice Is Issued For Informational And Planning Purposes Only And Does Not Constitute An Invitation For Bid (ifb), Request For Quote (rfq), Or Request For Proposal (rfp). This Sources Sought Notice Shall Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Award A Contract. The Government Will Not Reimburse Any Costs Associated With Responding To This Notice. Information Submitted In Response To This Sources Sought Notice Will Become The Property Of The United States Government. Responses To This Sources Sought Notice May Be Used To Determine Small Business Set-aside Opportunities, Far 52.219- 14, Limitation On Subcontracting, Applies. interested Parties Shall Address The Following In Their Response To This Sources Sought Notice: 1. Company Information (a) Company Name, Address, Data Universal Number System (duns) Number, And Commercial And Government Entity (cage) Code. (b) Company Designated Representative Name(s) And Point(s) Of Contact, Including Phone Number And Email Address. (c) Company Size Status Under The Applicable Naics (e.g., 8(a), Hubzone, Service-disabled Veteran-owned, Women-owned, Large Business, Etc.). 2. Capability Statement only Information Provided In The Written Capability Statement Shall Be Considered. Interested Parties Shall Submit A Capability Statement That Sufficiently Addresses The Following Items To Demonstrate The Contractor's Capability To Perform The Requirements: A. The Contractor's Ability To Manage, As Prime Contractor, The Types And Magnitude Of Tasking In The Draft Sow; B. The Contractor's Technical Ability, Or Potential Approach To Achieving Technical Ability, To Perform The Requirement. For Small Business Set-aside Determination Purposes, Also Include The Contractor's Technical Ability To Perform, Or Potential Approach To Achieving Technical Ability To Perform, With At Least 50% Of The Cost Of The Contract Performance Provided For By Employees Of The Concern; And C. The Contractor's Capacity, Or Potential Approach To Achieving Capacity, To Conduct The Requirements Of The Draft Sow. For The Purposes Of This Capability Statement, Capacity Shall Refer To Matters Such As The Magnitude Of The Tasking, The Amount Of Equipment Or Facilities Involved, And The Size Of The Staff Needed note: Demonstrated Ability To Manage, Technical Ability, And Capacity May Include Citing And Describing The Same Or Similar Relevant Performance, But Does Not Limit The Interested Contractor's Approach To Demonstrate Capability. 3. Scenario Responses Interested Parties Shall Provide Responses To The Scenarios Listed Below To Demonstrate Their Experience, As Well As Their Processes And Procedures. scenario 1: Describe The Process You Would Follow To Develop A Master Material List For All Drawings Within The Gfi Sid Packages. Explain How You Would Ensure All Materials Are Accurately Identified, Sourced, And Tracked Throughout The Project. Additionally, Briefly Outline Your Internal Quality Assurance Processes To Ensure That All Pre-fabricated Materials Comply With Gfi Drawings And Instructions. scenario 2: Describe The Procedures Your Company Would Implement To Address Safety Violations Involving Employees In A Travel Status. Specifically, Explain The Steps For Removing Or Restricting Employees From The Ship For A Week Or Longer, And How You Would Ensure Compliance With Safety Regulations While Minimizing Project Disruption. scenario 3: Explain Your Company's Experience And Capabilityto Handle Depot-level Repairs, Including Any Specialized Equipment, Tools, Or Facilities That Will Be Used. What Are Your Processes For Managing And Executing These Repairs Efficiently To Ensure Minimal Downtime For The Ships? scenario 4: Provide Detailed Recommendations On How You Would Adjust The Labor Mix To Meet Project Requirements. all Capability Statement Responses Are To Be Received No Later Than 14:00 Pm Pacific Standard Time On 17 January 2025. All Responses To This Sources Sought Are Limited To No More Than 15 Pages (8.5 X 11 Inch) And 10-point Times New Roman Font. Please Email Responses Or Questions Regarding This Requirement To The Contract Specialist, Brian Mundy (brian.c.mundy6.civ@us.navy.mil) With Copy To The Contracting Officer, Brady Smith (brady.d.smith10.civ@us.navy.mil). Nswc Phd May Request Further Information Regarding The Capabilities Of Respondents To Meet The Requirements Set Forth In The Posting. respondents Are Responsible For Properly Marking And Clearly Identifying Proprietary Information Or Trade Secrets Contained Within Their Response. The Government Will Not Be Liable For, Or Suffer Any Consequential Damages For Any Proprietary Information Not Properly Marked And Clearly Identified. Information Provided Shall Be Treated As Business Sensitive And Will Not Be Shared Outside Of Government Activities And Agencies Without The Permission Of The Provider. the Government Will Not Pay For Any Information Received In Response To The Sources Sought Nor Will The Government Compensate Respondents For Any Cost Incurred In Developing Information For, Participating In Meetings With, Or Engaging In Discussions With The Government.

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n743.35|wwj|717-605-8399|tiana.hammaker@navy.mil| item Unique Identification And Valuation (mar 2016)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C And Section E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version (jun 2002)|8|x||x|||||| time Of Delivery (june 1997)|20|0001|5|180|||||||||||||||||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (dec 2018)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|n50286|tbd|||n/af|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year|365 Days After The Last Delivery Under This Contract ||||| warranty Of Data--basic (mar 2014)|2||| buy American --free Trade Agreements--balance Of Payments Program - Basic(deviation 2020-o0019) (jul 2020))|3|||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate (deviation 2020-o0019) (jul 2020))|3|||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| annual Representations And Certifications (mar 2020)|13|335312|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| evaluation Criteria And Basis For Award-|1|| solicitation Due Date Has Been Extended. quantity Has Been Incrased To 6. solicitation Due Date Is Hereby Extended. 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Here In. 3.the Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt final Delivery Of Material (180 Days) \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 1.1.1 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This Material. 1.1.2 This ;motor Controller Ay; Contains Non-metallic Materials Which Must Satisfy The Toxicity And Flammability Requirements Of Navsea Ss800-ag-man-010/p-9290. Use Of Any Material Other Than That Specified Requires Special Engineering Approval And May require Testing. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.3 Specification Revisions - The Specification Revisions Listed Under "docu Ments References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.3.1 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order. drawing No Cage Rev Distr Cd ;50271205 95310 E B; 2.3.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. drawing Data=8500400 |53711| B| |d|0001 | |49998|1165538 drawing Data=8500409 |53711| C| |d|0001 | |49998|4778725 document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a|1 | | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=ss800-ag-man-010/p-9290 | | | |200424|a| |04| 3. Requirements 3.1 ;the Motor Controller Ay Must Be Made In Accordance With Navsea Drawing 8500409 Item 41-5 Ac Winch Controller, Except As Amplified Or Modified Herein.; 3.2 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings Is Still Required, But Certifications Are Only Required As Listed Below. 3.3 ;ac Winch Controller In Accordance With Crane Midwest Dwg 50271205 Requires Implodable Volume Testing.; 3.4 Testing For All Critical Implodable Volumes Must Include Submergence Pressure Test To ;134 Psig; For 10 Cycles: - Ten (10) Minutes At Test Pressure For Cycles 1-9 - One (1) Hour At Test Pressure For Cycle 10 the Test Must Be Conducted In 35 Degrees Fahrenheit Seawater If Practical. Leakage Or Visible Signs Of External Damage Must Be Cause For Test Failure. Pressure And Temperature Testing Equipment Used To Perform This Test Must Be Calibrated. Pressure Gauges Used for This Testing Must Conform To The Following: 3.4.1 Selecting Master Hydrostatic Test Gages. When Selecting A Hydrostatic Test Gage, The Test Gage Range Should Be Greater Than The Test Pressure But Should Not Be More Than Twice That Of The Maximum Test Pressure Except For Test Pressures Below 60 Psi As indicated On The "master Gage Selection For Hydro". See Reference Number Csd012 Of The Contract Support Library Page Of The Electronic Contractor Data Submission (ecds) System At Https://register.nslc.navy.mil/ 3.4.2 Master Hydrostatic Test Gages And Backup Gages Must Have An Accuracy Of At Least +1.0 Percent Of Gage Span. In Addition, Master Hydrostatic Test Gages Must Have Graduations Equal To Or Smaller Than Those Shown In Table 504-6-1. Backup Gages May Be installed With Dial Sizes Of 4 1/2 Inches Or Larger. 3.5 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig/-0psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of Thesmallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. 30 Minutes / - 0 Minutes. Above 2500 Psig, The Pressure Tolerance Must Be +2%/-0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig. The Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In this Contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be + 60 Minutes/- 0 Minutes. 3.5.1 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s). 3.6 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.7 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.7.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.7.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/ 3.7.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.8 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.9 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.9.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.9.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.9.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Deep Submergence Systems Program (dssp) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) prior To Award Of Any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At Navicp-mech May Request The Pco Waive This Requirement. 3.9.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.9.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.10 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved and Rejected And The Nature Of Corrective Action Taken As Appropriate. 3.10.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.10.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions provided By The Government Representative. 3.11 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured/performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization Of the Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. when The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of this Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract management Agency (dcma) Office. In The Event That A Local Government Representative Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.12 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.12.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.12.2 Inspection For Completeness And Proper Type. 3.12.3 Verification Of Material Quality Received. 3.12.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.12.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.12.6 Identification And Protection From Improper Use Or Disposition. 3.12.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.12.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.12.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.13 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Dssp Systems, It Is Imperative That Traceability Be Maintained From The Material To All Required Objective Quality Evidence (oqe). 3.13.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order. 3.14 Material Traceability - Traceability Markings Must Be Permanently Applied To The Material In Accordance With Mil-std-792 Or To A Tag Affixed To The Material, And Annotated On The Required Oqe. The Traceability Marking May Be Any Vendor Traceability number/code Which Provides Complete Traceability To The Required Oqe. Traceability Marking/identification May Include Such Items As Nomenclature, Part Number, Technical Description, National Stock Number (nsn), Etc. Traceability Must Be Maintained Through All process Operations Including Any Subcontracted Operations, To The Finished Component. 3.14.1 When Traceability Markings On The Material Would Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, an Appropriate Material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. the Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Material Or Loss Of Traceability. The Traceability Marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.14.2 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings On The Material, Purchase Or Work Orders Must Specify A method And Marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.15 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.15.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.15.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.15.3 All Oqe Required By The Contract And All Data Concerning Material Traceability (oqe To Traceability Marking) Must Be 100% Inspected. The Certification Test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.16 Test Certification - When Test Certifications Are Required Elsewhere In The Contract, Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" are Not Acceptable. 3.16.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.17 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address, Phone Number And Date. 2. The Contract/purchase Order Number (i.e. N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9digit Niin, And The Two Digit Smic (i.e. 1h 4820 012345678 D4) 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds. ("n/a" When Not Applicable). 5. Cure Date ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement For Any Hull, Mechanical And Electrical (hm&e) Testing Required That Include The Name Of The Test And That It Was Performed Satisfactorily. If No Hm&e Testing Is Required, The Statement Should Read "hull, Mechanical And Electrical (hm&e) Testing n/a." 9. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements. 10. Contractor's Or Authorized Personnel's Signature. 3.17.1 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, Or S-5343934-3, The Certificate Of Compliance Must Also Include The Information Below: 11. A Notation That 32 Root Mean Square (rms) Finishes Are In Accordance With The Specifications And Are Free Of Imperfections. 12. Direct Reading Of O-ring Surface Diameters With Specified Standard. 3.18 See Cdrl Di-misc-80678 (soc Critical Volume Testing) - The Critical Volume Test Record (implodable/explodable), As A Minimum, Must Include The Following Information: A. Name(s), Model Number(s), And Serial Number(s) Of Component(s) Tested. B. Date Of Test. C. Serial Number(s) Of Gage(s) Used For The Test. D. Last Calibration Date Of The Pressure Gage(s) Used In The Test. E. Next Calibration Due Date Of The Pressure Gage(s) Used In The Test. F. Test Medium Temperature Required And Actual Test Medium Temperature Used. G. Pressure Range And Accuracy Of Gage(s) Used. H. Test Pressure For Each Pressure Cycle. I. Required And Actual Duration Of Each Pressure Cycle. J. Results Of The Test (i.e., Sat Or Unsat) Per The Above Criteria. K. Printed Name(s) And Signature(s), Or Identification Number(s) And Signature(s) Of Test Conductor(s)/inspector(s), And The Date Of Each Signature. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed - Oct 29 2010 - Added Sampling Std For Li In-process Testing - Sep 30 2008 - Thread Inspection Requirements Were Clarified - Dec 17 2011 - Began Using Ecds For Submissions - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance.

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Date14 Jan 2025
Tender AmountRefer Documents 
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Part 12, Using Simplified Acquisition Procedures Found At (far 13), As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted To Sam.gov. The Rfq Number Is(spmym325q6014x). This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-01 November 12, 2024, And Dfars Change Notice Publication Notice 20241218. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At This Address: https://www.ecfr.gov And Https://www.acquisition.gov/content/list-sections-affected And Http://www.acq.osd.mil/dpap/dars/change_notices.html. the Fsc Code Is (5340) And The Naics Code Is (331491). The Small Business Standard Is 900 Employees.this Requirement Is Being Processed Utilizing As Full And Open Competition. evaluation Criteria Is Lowest Price Technically Acceptable (lpta). Ppirs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104. offerors Are Required To Submit Descriptive Literature To Show How Their Quotation Meets The Required Specifications. Failure To Provide This Information May Result In Your Quotation Being Determined Technically Unacceptable. the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing: interested Parties Must Fill Out The Request For Quote Titled, “25q6014x Rfq Required” In The Attachment Section. item Description Qty U/i 0001 Safety Track Assy 1680 Ft Safety Track Assy To Consist Of Plate (similar To Pc 23 Of Dwg 179-6985175 Rev Xa): 0.625-in Thk/ Mil-s-22698 / Eh-36t, Cl-p And I Section (similar To Pc 24 Of Dwg 179-6985175 Rev Xa): S6 X 17.25 / 6.000" X 3.625" X 17.25# / Mil-s-22698 / Ah-36, Cl-u. Fabricate 20-ft Sections Similar To Assy Sa5t Of Dwg 179-6985175/xa (see Sheets 21 & 21-1). Joint To Weld I-section To Plate Shall Be A 3/8-in Pt2s.1 In Accordance With Mil-std-1688. A Vt And Mt Inspection Shall Be Conducted In Accordance With T9074-ad-gib-010/1688 The Welding And Inspection Process Shall Be Captured With A Code 138 Qualified Welding Procedure. C503 Dwg 6985175/xa Is Saved In The Drawing File Under Doc# 427542811 In The "p" Drive. **do Not Add Holes Into Sections As Shown In Detail 19-4e Of Dwg 179-6985175 Rev Xa. Holes Shall Be Completed Once Section Is Cut To Length And Preped On Site.** *note: Drawings To Be Provided Separately Upon Request And Receipt Of A Valid Dd Form 2345 And Signed Security Agreement. 0002 Data Requirements For 0001 1 Ea Nsp Nsp A001 Exhibit A, Seq A001 See Exhibit “a” Seq A001: Cdrl Di-misc-81356a (certificate Of Compliance) 0003 Data Requirements For 0001 1 Ea Nsp Nsp A002 Exhibit A, Seq A002 See Exhibit “a” Seq A002: Cdrl Di-misc-80678 (certificate / Data Report) 0004 Data Requirements For 0001 1 Ea Nsp Nsp A003 Exhibit A, Seq A003 See Exhibit “a” Seq A003: To Be Vendor's Weld Procedures Per Navsea Tech Pub T907 4-ad-gib-0 10/1688 Rev-i And Dwg-6985175/xa. The Vendor Must Submitt Their Welding Procedures To Pns Code 138.2 Prior To Performing Any Welding. Di-misc-80875 And Pns Clause C.513 Apply. 0005 Data Requirements For 0001 1 Ea Nsp Nsp A004 Exhibit A, Seq A004 See Exhibit “a” Seq A004: To Be Vendor's Vt Procedure. Vendor Shall Submit Their Vt Procedure Ia W Navsea Tech Pub T9074-ad-gib-010/1688 Rev-i, Acceptance Criteria To Be Per Mil-std-2035 To Pnsy Code 135t For Review And Approval Prior To Performing Any Vt. Udi-t-23732b And Pns Clause C.514 Apply. 0006 Data Requirements For 0001 1 Ea Nsp Nsp A005 Exhibit A, Seq A005 See Exhibit “a” Seq A005: To Be Vendor's Mt Procedure. Vendor Shall Submit Their Mt Procedure Ia W Na Vsea T9074-ad-gib-0 10/1688 Rev-i, Acceptance Criteria To Be Per Mil-std-2035 To Pnsy Code 135t For Review And Approval Prior To Performing Any Mt. Udi-t-23732b And Pns Clause C.514 Apply. 0007 Data Requirements For 0001 1 Ea Nsp Nsp A006 Exhibit A, Seq A006 See Exhibit “a” Seq A006: To Be Vendor's Vt Test Results/report. Vendor Shall Submit Their Vt Test Results/report. Pns Clause C.512 And Di-ndti-80809b Apply. 0008 Data Requirements For 0001 1 Ea Nsp Nsp A007 Exhibit A, Seq A007 See Exhibit “a” Seq A007: To Be Vendor's Mt Test Results/report. Vendor Shall Submit Their Mt Test Results/report. Pns Clause C.512 And Di-ndti-80809b Apply. note: Offerors Must Complete The Attached Provisions 52.204-24, 52.204-26, 252.204-7016, And 252.204-7019 And Include The Completed Provisions With their Offer. far Clauses And Provisions 52.204-7, System For Award Maintenance 52.204-9, Personal Identity Verification Of Contractor Personnel 52.204-13, Sam Maintenance 52.204-19, Incorporation By Reference Of Representations And Certifications 52.204-24* See Attachment For This Provision 52.204-26* See Attachment For This Provision 52.204-29 Fascsa Representation* See Attachment For This Provision 52.211-14, Notice Of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery Of Excess Quantities 52.212-1, Instructions To Offerors - Commercial Products And Commercial Services 52.212-3, Offeror Reps And Certs - Commercial Products And Commercial Services 52.212-4, Contract Terms And Conditions – Commercial Items 52.219-1 Alt 1 Small Business Program Representations 52.222-22, Previous Contracts & Compliance Reports 52.222-25, Affirmative Action Compliance 52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation 52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs 52.232-39, Unenforceability Of Unauthorized Obligations 52.233-2 Service Of Protest 52.242-13 Bankruptcy 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.o.b-destination 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated By Reference 52.253-1, Computer Generated Forms 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Including All Base Terms, Conditions, And Clauses Outlined Within The Clause, Plus The Following Clauses That Have Been Specifically Selected (checked Off Within The Clause) For This Procurement: 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law For Breach Of Contract Claim 52.204-10 reporting Executive Compensation 52.204-27 prohibition On A Bytedance Covered Application 52.204-30 fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition 52.209-6 protecting The Government's Interest 52.219-4 notice Of Price Evaluation Preference For Hubzone 52.219-28 post-award Small Business Program Representation 52.222-3 convict Labor 52.222-19 child Labor 52.222-21 prohibition Of Segregated Facilities 52.222-26 equal Opportunity 52.222-36 equal Opportunity For Workers With Disabilities 52.222-50 combating Trafficking In Persons 52.223-11 ozone Depleting Substances 52.223-18 encouraging Contractors To Ban Text Messaging While Driving 52.225-1 buy American-supplies 52.225-13 restriction On Certain Foreign Purchases 52.232-33 payment By Eft-sam 52.232-36 payment By Third Party 52.247-64 preference For Privately Owned Us-flag Commercial Vessels dfars Clauses And Provisions 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials, 252.203-7002, Requirement To Inform Employees Of Whistleblower Rights 252.203-7005 Representation Relating To Compensation Of Former Dod Officials 252.204-7003. Control Of Government Personnel Work Product 252.204-7004 Antiterrorism Awareness Training For Contractors. 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024) (deviation 2024-o0013) 252.204-7015, Disclosure Of Information To Litigation Support Contractors 252.204-7016, * See Attachment For This Provision. 252-204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation 252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services. 252.204-7019, *see Attachment For This Provision. 252.204-7020, Nist Sp 800-171 Dod Assessment Requirements 252.204-7024 Notice On The Use Of The Supplier Performance Risk System 252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability 252.211-7003, Item Unique Identification And Valuation 252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations. 252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials. 252.223-7008 Prohibition Of Hexavalent Chromium 252.225-7001 Buy American And Balance Of Payments Program 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7048, Export Controlled Items 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region 252.231-7000, Supplemental Cost Principles. 252.232-7003, Electronic Submission Of Payment Requests 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies On Contract Payments 252.243-7001, Pricing Of Contract Modifications 252.243-7002, Requests For Equitable Adjustment 252.244-7000, Subcontracts For Commercial Items 252.247-7023, Transportation Of Supplies By Sea note: Vendor Shall List The Country Of Origin For Each Line Item. dlad Clauses And Provisions (see Attachment For Full Text) 52.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution dla Procurement Notes (see Attachment For Full Text) c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016) c03 Contractor Retention Of Supply Chain Traceability Documentation (mar 2023) c04 Unused Former Government Surplus Property (dec 2016) c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017) c20 Vendor Shipment Module (vsm) (aug 2017) e05 Product Verification Testing (jun 2018) g01 Additional Wide Area Workflow (wawf) Information (aug 2017) h10 Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020) l06 Agency Protests (dec 2016) l08 Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations l31 Additive Manufacturing (jun 2018) m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016) local Clauses (see Attachment For Full Text): ym3 A1: Additional Information ym3 C500: Mercury Control (supplies) ym3 C501: Correction Of Certifications ym3 C524: Controlled Industrial Material ym3 C528: Specification Changes ym3 D2.2: Marking Of Shipments ym3 D4: Preparation For Delivery ym3 D8: Prohibited Packing Materials ym3 E2: Inspection And Acceptance (destination) ym3 E504: Notice Of Constructive Acceptance Period ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard ym3 M8: Single Award For All Items quoters Are Reminded To Include A Completed Copy Of 52.212-3 And It’s Alt I If Not Updated In Sam. this Announcement Will Close(1/14/2025 At 3pm). The Point Of Contact For This Solicitation Is (jannell Moriarty) Who Can Be Reached At (jannell.moriarty@dla.mil). All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency. system For Award Management (sam). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed Online Athttp://www.sam.gov/. ifnot The Actualmanufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided. please Submit Quotations Via Email At (jannell.moriarty@dla.mil). quotes Also To: Dla-kme-quotations@dla.mil all Quotes Shall Include Price(s), Fob Point, Cage Code, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size Under The Naics Code, Whether Or Not Your Company Prefers Payment By Government Commercial Purchase Card (gcpc)* Or Wide Area Workflow (wawf). Please Note That The Government’s Terms For Payment For This Requirement Are Net 30 Days After Acceptance Of Material. Please Note, If Selecting Gpc, The Government Does Not Utilize Third Party Payment Entities (zelle, Venmo, Paypal, Etc.) Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements. *if Selecting Gcpc As The Preferred Method Of Payment, Please Be Advised That Per Dfars 232.7002, A Receiving Report Must Be Entered Into Wawf. ******* End Of Combined Synopsis/solicitation ********

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Synopsis Announcement, A Market Survey For Information To Be Used For Preliminary Planning Purposes. The Information Received Will Be Used Within The Navy To Facilitate The Decision Making Process And Will Not Be Disclosed Outside Of The Agency. The Intent Of This Sources Sought Synopsis Is To Identify Potential Qualified Small Businesses, U.s. Small Business Administration (sba) Certified 8(a) Businesses, Sba Certified Hubzone Small Businesses, Women-owned Small Businesses, And/or Service-disabled Veteran-owned Small Businesses. this Sources Sought Synopsis Is One Facet In The Government’s Overall Market Research In Regards To Whether The Proposed Solicitation Will Be Issued As A Competitive Set-aside Or As Full And Open (unrestricted). No Procurement Strategy Will Be Determined Based Solely On The Information Received In Response To This Sources Sought Synopsis. no Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. This Notice Does Not Constitute A Request For Proposal And Is Not To Be Construed As A Commitment By The Government For Any Purpose Other Than Market Research. Respondents Will Not Be Notified Of The Results Of This Market Research. naval Facilities Engineering Systems Command (navfac) Southwest Is Seeking Small Business, Sba Certified 8(a) Business, Sba Certified Hubzone Small Business, Women-owned Small Business, And/or Service-disabled Veteran-owned Small Business Sources With Current And Relevant Experience, Personnel, And Capability To Perform A Multiple Award Construction Contract For New Construction, Repair, And Renovation Of Commercial And Institutional Buildings Using Acm At Various Government Installations Located In California, Nevada, Arizona, Colorado, Utah, And New Mexico. However, It Is Anticipated That Most Projects Will Be Performed In The State Of California. the North American Industry Classification System (naics) Code Is 236220 (commercial And Institutional Building Construction) With A Small Business Size Standard Of $45 Million. Task Orders Issued Under The Proposed Multiple Award Contract(s) Will Be Performed At Various Government Installations Within The Area Of Responsibility (aor) Of Naval Facilities Engineering Systems Command Southwest Including, But Not Limited To, California, Arizona, Nevada, Utah, Colorado, And New Mexico. However, It Is Anticipated That Most Projects Will Be Performed In The State Of California. The Proposed Contract(s) Will Be For One (1) Base Period Of Two (2) Years And Three (3) Option Periods Of One (1) Year, Resulting In The Contract Performance Period Maximum Of Five (5) Years. The Estimated Total Contract Price For The Base Period And One Option Period For All Contracts Combined Is $1,500,000,000. The Task Order Range Is Estimated Between $15,000,000 And $150,000,000. projects Will Be Design-build For New Construction, Repair, And Renovation Of Commercial And Institutional Buildings Using Alternate Construction Methods (acm). Examples Of Acm May Include, But Are Not Limited To: Modular Units, Pre-fabricated And Pre-engineered Structures, Tension Fabric Structures, Tilt-up Walls, And Interior Modular Systems. Projects May Include, But Are Not Limited To: Airport Building, Office/administrative Building, Communications Facility, Vehicle Maintenance Facility, Armories, Parking Garage (paved Parking Lots Will Not Be Considered Relevant), Barracks Facility, Prison Facility, Fire Station, Dining Facility, Hospital/medical Facilities, Warehouse Facility, School Facility, Child Care Facility, And/or Retail Facility. For This Announcement, New Construction And/or Repair Of Single Family Homes Will Not Be Considered Relevant. interested Sources Are Invited To Respond To This Sources Sought Announcement By Using The Form Provided Under Separate File Titled “sources Sought Information Form”. The Following Information Shall Be Provided: 1) Contractor Information: Provide Your Firm’s Contact Information, Including Uei Number And Cage Code. 2) Type Of Business: Identify Whether Your Firm Is A Small Business, Sba Certified 8(a), Sba Certified Hubzone, Service-disabled Veteran-owned, And/or Women-owned Small Business Concern. For More Information On The Definitions Or Requirements For These Small Business Programs, Refer To Http://www.sba.gov/. 3) Bonding Capacity: Provide Your Surety’s Name, Your Maximum Bonding Capacity Per Project, And Your Aggregate Maximum Bonding Capacity. 4) Locations: Identify The Locations In Which You Are Willing And Capable To Work. 5) Experience: Submit A Minimum Of Three (3) And Maximum Of Five (5) Recent Specific Government Or Commercial Projects Your Firm Has Performed To Demonstrate Your Experience In The Construction, Repair, Or Renovation Of Commercial And Institutional Buildings Using Acm And Design-build As Indicated In This Announcement. A Specific Project Is A Single Project Or A Single Task Order Under An Indefinite Quantity Contract Or On-call Type Contract. “recent” Is Defined As Having Been 100% Completed Within The Seven (7) Years Prior To The Sources Sought Synopsis Issuance Date. All Projects Shall Have A Minimum Construction Cost Of $15,000,000. Projects Which Do Not Meet These Requirements May Not Be Considered Relevant. additional Submission Requirements: at Least One (1) Relevant Project With A Construction Cost Of $50,000,000 Or Above. at Least One (1) Relevant Project Demonstrating Experience With The New Construction Or Repair Of An Aircraft Hangar Or Vehicle Maintenance Facility. for Each Of The Projects Submitted For Experience Evaluation, Provide The Following: title And Location award And Completion Dates contract Or Subcontract Value type Of Work For Overall Project And Type Of Work Your Firm Performed current Customer Information Including Point Of Contact, Phone Number And Email Address whether The Work Was Performed As A Prime Or Subcontractor type Of Contract (design-build – See Sources Sought Information Form) narrative Project Description To Include Acm Components Used, Subcontractors/vendors Used And Acm’s Effect On The Project’s Cost And Schedule for Design-build Projects, Identify The Name And Address Of The A-e Firm Used To Provide Design Or Specify If Design Was Performed In-house. Identify Your Working Relationship With The Design Firm (i.e., Number Of Years Working Together). 6) Safety: Submit Osha Days Away From Work, Restricted Duty, Or Transfer (dart) Rates And Total Case Rate (tcr) For Each Of Calendar Years 2019, 2020, 2021, 2022 And 2023. For Any Dart Rate Of 3.0 Or Greater Or Any Tcr Of 4.5 Or Greater, Provide An Explanation To Address The Extenuating Circumstances That Affected The Rate And Any Corrective Actions Taken. Instructions For Calculating The Dart Rate And Tcr Can Be Found At Http://www.bls.gov/iif/osheval.htm. For Joint Ventures Or Mentor-protégé Agreements (mpa), Provide The Required Information For Each Entity In The Joint Venture Or Mpa. Navfac May Make An Acquisition Strategy Determination That Excludes Contractors That Do Not Submit The Required Information Or Contractors With Unexplained High Dart Or Tcr Rates From The Pool Of Sufficiently Qualified Contractors. in Sections Where Recent Experience Is Requested, All Experience Will Be Evaluated For Market Research Purposes Only. Firms Are Advised That While Experience Older Than Seven (7) Years Or Not Yet 100% Complete May Demonstrate Capability To Perform The Scope Of Work, It May Not Indicate That The Firm Could Be Competitive During A Future Solicitation Where Only The Most Recent Seven (7) Years Of Experience Will Be Accepted. Navfac May Make An Acquisition Strategy Determination Based On The Likelihood That A Sufficient Pool Of Qualified Contractors Will Be Competitive On A Future Solicitation. responses To This Sources Sought Announcement Are Due No Later Than 2:00 P.m. (pacific Standard Time) On January 8, 2024. Please Email Your Response, In A Pdf Format, To Shane.k.mahelona.civ@us.navy.mil. All Navfac Southwest Solicitations Are Posted On The Website At Https://sam.gov And Begin With “n62473.”

City Of Danao Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 357.7 K (USD 6.1 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Hardware Materials For Installation Of Road Barriers At Barangay Sta. Rosa, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php357,744.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Hardware Materials For Installation Of Road Barriers At Barangay Sta. Rosa, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Hardware Materials For Installation Of Road Barriers At Barangay Sta. Rosa, Danao City, As Follows; Seq. Item Description Quantity 1. Portland Cement 170 Bags 2. Washed Sand 12 Cu.m 3. Washed Gravel 18 Cu.m 4. 0.60mø Rccp 14 Pcs 5. 10mmø X 6.0m Deformed Steel Bar 46 Length 6. 12mmø X 6.0m Deformed Steel Bar 87 Length 7. 16mmø X 6.0m Deformed Steel Bar 30 Length 8. G.i. Tie Wire #16 27 Kg 9. 100mm Ø G.i Pipe Post (sch.40) 5 Length 10. Ga #12 Pre-fabricated Steel Plate Crash Barrier 22 Sht 11. 16mmø X 150mm Machine Bolt With Nut And 25 Pcs Washer (half Thread-zinc Coated) 12. 16mmø X 38mm Machine Bolt With Nut And 100 Pcs Washer (half Thread-zinc Coated) 13. 2”x 2”x10’ Coco Lumber 100 Length 14. 2”x 3”x10’ Coco Lumber 60 Length 15. 1/2" Plywood Ordinary 19 Sht 16. 1” Cwn 5 Kg 17. 2” Cwn 5 Kg 18. 3” Cwn 5 Kg 19. Hacksaw Blade 10 Pcs 20. Reflectorized Paint (yellow) 4 Gal 21. Reflectorized Paint (black) 3 Gal 22. Reflectorized Paint (gray) 3 Gal 23. Paint Roller 9” With Tray 4 Pcs 24. Paint Brush 4” 4 Pcs 25. Paint Brush 2” 4 Pcs 26. Masking Tape 3/4 X 25m 20 Roll 27. Old Newspaper 5 Kg 28. Paint Thinner 5 Gal 29. Skim Coat 20kg/bag 10 Bag 30. Lacquer Thinner 3 Gal 31. Epoxy Primer 2 Gal 32. Aluminum Enamel Paint 2 Gal Php357,744.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 30-february 05, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On February 05, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman

Oriental Mindoro Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 1.5 Million (USD 27.3 K)
Details: Description Invitation To Bid For Construction Of Senior Citizen’s Building At Villaflor, Puerto Galera, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 20% Df 2025 Intends To Apply The Sum Of One Million Five Hundred Ninety Six Thousand Nine Hundred Twenty Two Pesos And 34/100 (php 1,596,922.34) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “construction Of Senior Citizen’s Building At Villaflor, Puerto Galera, Oriental Mindoro (ib No. Cw-2025-018)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 63 Calendar Days. Bidders Should Have A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Item No. Description Qty/unit B.3 B.5 800(1) 803(1)a 804(1)b 804(4) 900(1)c2 900(1)c3 900(1)c4 900(1)c6 902(1)a 903(2) 1046 (2) A1 1004(2) 1008(2) 1010(2)a 1010(2)b Spl 1003(1)a1 1018(5) 1018(2) 1027 (1) 1051(6) Spl-2 1005(6) 1032(1)a 1032(1)b 1032 (1) С 1032 (2) 1013(2)a2 & 1013(2)b1 1014(1)b2 1047(2)a 1047 (2) B 1047(10) 1001(10) & 1002(24) 1002(4) 1001(11) 1100 (10) 1101(33) 1102 (1) 1103(1) Permits And Clearances Project Billboard/ Sign Board Clearing And Grubbing Structure Excavation (common Soil) Embankment From Borrow Gravel Fill Structural Concrete (footing And Slab On Fill), Class A, 28 Days Structural Concrete (footing Tie Beam), Class A, 28 Days Structural Concrete (column), Class A, 28 Days Structural Concrete (beams/girders), Class A, 28 Days Reinforcing Steel (deformed), Grade 40 Formworks And Falseworks 100mm Chb Non-load Bearing (including Reinforcing Steel) Finishing Hardwares Aluminum Glass Windows Wooden Flush Door Wooden Panel Door Aluminum Doors 4.5mm Fiber Cement Board Ceiling On Metal Frame Ceiling Glazed Tiles Unglazed Tiles Cement Plaster Finish Railings Concrete Signage Window Accessory Painting Works, Masonry, Concrete & Ceiling Painting Works, (wood Painting) Painting Works, Steel Varnishing Works Fabricated Metal Roofing Accessory Prepainted Metal Sheets, Long Span, Above 0.427mm, Rib Type Structural Steel, Trusses Structural Steel Purlins Metal Structure Accessories Pipes With Fittings Connection & Cold Water Lines Plumbing Fixtures Septic Vault (concrete/chb) Conduit, Boxes, And Fittings (conduit Works/conduit Rough-in) Wires And Wiring Devices Panelboard With Main & Branch Breakers Lighting Fixtures And Lamps 1.00 L.s 1.00 Ea 72.25 M2 28.11 M3 14.81 M3 3.28 M3 11.48 M3 2.61 M3 3.34 M3 3.94 M3 2,521.20 Kg 151.06 M2 192.52 M2 1.00 L.s 1.00 L.s 3.36 M2 1.89 M2 1.00 L.s 72.25 M2 38.76 M2 60.62 M2 293.14 M2 1.00 L.s 1.00 L.s 1.00 L.s 365.39 M2 6.72 M2 97.78 M2 3.78 M2 50.00 M 68.00 M2 995.25 Kg 354.66 Kg 1.00 L.s 1.00 L.s 1.00 L.s 1.00 L.s 1.00 L.s 1.00 L.s 1.00 L.s 1.00 L.s 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025 To February 03, 2025 From Given 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 Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Pgom Will Hold A Pre-bid Conference On January 20, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 03, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 03, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 10. The Pgom Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camimil, Calapan City, Oriental Mindoro (january 20, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson

City Of Danao Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 315.1 K (USD 5.3 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Hardware Materials For Installation Of Road Barriers At Barangay Ibo, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php315,174.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Hardware Materials For Installation Of Road Barriers At Barangay Ibo, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Hardware Materials For Installation Of Road Barriers At Barangay Ibo, Danao City, As Follows; Seq. Item Description Quantity 1. Portland Cement 150 Bags 2. Washed Sand 10 Cu.m 3. Washed Gravel 18 Cu.m 4. 10mmø X 6.0m Deformed Steel Bar 46 Length 5. 12mmø X 6.0m Deformed Steel Bar 87 Length 6. 16mmø X 6.0m Deformed Steel Bar 30 Length 7. G.i. Tie Wire #16 27 Kg 8. 100mm Ø G.i Pipe Post (sch.40) 5 Length 9. Ga #12 Pre-fabricated Steel Plate Crash Barrier 22 Sht 10. 16mmø X 150mm Machine Bolt With Nut And 25 Pcs Washer (half Thread-zinc Coated) 11. 16mmø X 38mm Machine Bolt With Nut And 100 Pcs Washer (half Thread-zinc Coated) 12. 2”x2”x10’ Coco Lumber 100 Length 13. 2”x 3”x 10’ Coco Lumber 60 Length 14. 1/2" Plywood Ordinary 19 Sht 15. 1” Cwn 5 Kg 16. 2” Cwn 5 Kg 17. 3” Cwn 5 Kg 18. Hacksaw Blade 10 Pcs 19. Reflectorized Paint (yellow) 4 Gal 20. Reflectorized Paint (black) 3 Gal 21. Reflectorized Paint (gray) 3 Gal 22. Paint Roller 9” With Tray 4 Pcs 23. Paint Brush 4” 4 Pcs 24. Paint Brush 2” 4 Pcs 25. Masking Tape 3/4 X 25m 20 Roll 26. Old Newspaper 5 Kg 27. Paint Thinner 5 Gal 28. Skim Coat 20kg/bag 10 Bag 29. Lacquer Thinner 3 Gal 30. Epoxy Primer 2 Gal 31. Aluminum Enamel Paint 2 Gal Php315,174.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 30-february 05, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On February 05, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman

Tamil Nadu Generation And Distribution Corporation Limited - TANGEDCO Tender

Works
Electrical Works...+1Electrical and Electronics
Eprocure
India
Closing Date4 Jan 2025
Tender AmountRefer Documents 
Details: Works contract for execution of providing 1)Improvement estimate for providing 2 nos 11KV ABSwitch in Various locations in Thickanamcode feeder under Thickanamcode Section. 2)Improvement estimate for 8nos 8mtr PSC pole in various DTs in various locations under Thuckalay Section. 3)Improvement estimate for newly proposed 1no double pole 11KV AB Switch at Mulavilai under Thiruvattar Section. 4)Improvement estimate for newly proposed 6nos single pole 11KV AB Switches in 11KV Arumanai Feeder under Thiruvattar Section. 5)Improvement estimate for 3mos 9.14 mtr RCC poles into 9mtr PSC poles in Muthalakurichy SS II FI/2,3,4 under Thuckalay Section. 6)Improvement estimate for strengthening of existing LT conductor ACSR 7/2.11 into ACSR 7/3.35 in FI/1 to FI/15 in Puliyanvilai SS 100KVA under Thiruvattar feeder. 7)Improvement estimate for newly proposed 1no single pole 11KV AB Switch at Thattanvilai under Thiruvattar Section. 8)Improvement estimate for improving tailend voltage to be changed with existing Panavilai SS III 25KVA tobe enhanced to 63 KVA DT by secreating GH SS in Thuckalay feeder under TKY Section. 9)Improvement estimate for improving tailend voltage by secreating in Puliyoorkurichy SS V into by providing 1no 63KVA DT in Thuckalay feeder under TKY Section. 10)Improvement estimate for newly proposed 100KVA DT for improving tail end voltage by segregating Puliyoorkurichy SS I in Thuckalay feeder under Thuckalay section. 11)Improvement estimate for replacement of deteriorated 4nos 9.14 mtr RCC pole into 9mtr PSC pole and 1no 9 mtr into 9m PSC pole in various locations under MCL Section. 12)Improvement estimate for newly proposed 1no 63KVA DT for Improving TailEnd Voltage in Kulasekharam Market area in Thiruvattar Feeder under U KLm Section. 13)Improvement estimate for newly proposed 1nos 25 KVA DT at Veeyanoor Substation Quarters in 11KV Chandam Feeder under Thiruvattar Section. 14)Improvement estimate for strengthening of existing aged LT conductor ACSR 7/2.50 into ACSR 7/3.35 at Mathiravilai Kurusady Area for improving tail end voltage under TKD Section. 15)Improvement estimate for 4nos 9.14 mtr RCC poles into 9mtr PSC poles in 11KV Charode and CWSS feeders and 1no 8mtr RCC pole into 8mtr PSC for detoriated in various locations under Thuckalay Section. 16)Improvement estimate for improving tailend voltage suply in single phase connected load in Kuttakarai SS 100 KVA by stringing addl 2phase wire for reulating normal voltage at Kuttakarai area under TKY section. 17)Improvement estimate is prepared for the erection of 11 KV HT feeder link line between 11KV Mulagumoodu Feeder and 11KV Eraniel Feeder under Moolachel Section. 18)Improvement estimate for strengthening of existing HT conductor ACSR 7/2.5 into ACSR 7/4.09 in TKY SS 1,4,5 to Perumal Kovil under Thuckalay Section. 19)Improvement estimate for strengthening of existing LT conductor ACSR 7/2.11 into ACSR 7/3.35 in F2/1 to F2/23 in Puliyoorkurichy 250 KVA under Thiruvattar feeder. 20)Improvement estimate for replacement of 1nos 9mtr PSC pole and 6no 8mtr PSC pole and 2nos RSJ pole insertion in various locations in various DT under VCI section. 21)Improvement estimate for strenthening of existing LT conductor ACSR 7/2.59 into 7/4.09 and insertion of 9mtr PSC pole in various DT in Kothanalloor Feeder under MCL section. 22)Improvement estimate for insertion of 1no 9mtr PSC pole and 1no existing 8mtr pole into 9mtr PSC pole and 1no 9mtr stud pole in 11KV Chandam feeder under Moolachel Section. 23)Improvement estimate for replacement of deteriorated 8nos 8 mtr RCC pole into 8mtr PSC pole and 1no 8 mtr insertion PSC pole in various loacation under MCL Section. 24)Improvement estimate for replacement of 3nos RSJ pole 5nos 9mtr PSC poles and 2nos 8mtr PSC deteriorated poles in various locations under VCI Section. 25)Improvement estimte for replacement of 2nos 9.14 mtr RCC pole into RSJ Fabricated and 2nos damaged RSJ pole in low ground clearance in various loacation under MCL section. 26)Improvement estimate for replacement of deteriorated 4nos 8mtr PSC pole into 8mtr PSC poles in Poonangaparambu SS III 25KVA in various locations under MCL Section. 27)Improvement estimate for providing linkline between two 11KV feeders(Thickanamcode & Kattuvilai) Near Railway Bridge under Thickanamcode Section. 28)Improvement estimate for replacement of 6nos deteriorated RSJ poles and 1nos Tubular in various locations under Thuckalay Section. 29)Improvement estimate for provision of 3 feeders nos additional 11KV rotating AB Switch in existing 11KV Aloor & Mulagumoodu and Kothanalloor Feeders 110/11 KV SS Campous Thuckalay under Substation Thuckalay. 30)Improvement estimate for 11KV AB Switch in to 11KV Center Rotating AB Switch in Thiruvattar-Arumanai Tie Switch in 110/11 KV Sub station Veeyanoor. 31)EOS to 1no IIIB INDL additional load toTmy.Jaya Paulcy Bai at Ottalivilai by providing 250KVA DT under Thiruvattar Section. 32)Estimate for 1no IIIB service to Thiru.Sreekutty Enterprices at Marunthukottai under Thuckalay Section. 33)Improvement estimate for replacement of 6 nos deteriorted 9mtr PSC poles in various DTs under MCL Section. 34)Natural Calamity estimate for the replacement of damaged 1no single pole structure in Aanayadi Cashew Industries SS 100KVA due to fallen of Rubber tree under Thiruvattar Section. 35)Eos for 1no III B INDL additional load service to Thiru.Renish at Sadayalputhoor Rod at Peyode by providing 100KVA in 11KV Kattimancode feeder under Vellichanthai Section. 36)Estimate for 1no industrial SC to Tmy.A.Nabisath Beevi at main road Tiruvithamcode under Moolachel Section. 37)Eos to 1no IIA OHT service to The President Kumarankudi Village Panchayat by providing 1no 63KVA DT at Poovancode under Thiruvattar Section. 38)DCW estimate for shifting of existing 1No 100 KVA distribution transformer in Tholichal SS I and 1no 9mtr PSC poles as per the request of Thiru.Vishnu Prasad at Pullanivilai under Thiruvattar Section. 39)Improvement estimate for providing 1No 63KVA DT improving tail end voltage in Thirunainarkurichy SS I in 11 KV Vellichanthai Feeder under VCI Section. 40)Improvement estimate for providing 1No 63KVA DT Improving Tail end voltage to avoid electical accident in Vellamodi Junction in 11KV Kattimancode Feeder under VCI Section.Kanyakumari Electricity Distribution Circle – Regarding.
2851-2860 of 2896 archived Tenders