Fabrication Tenders
Fabrication Tenders
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents
Description: Contact Information|4|n792.08|t2n|215-697-1143|alexis.healy@navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|x||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo) Type||cognizant Dfas|n00383|cognizant Dmca|cognizant Dcma|see Schedule|source|||||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
limitations On Pass-through Charges (jun 2020)|1||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American--balance Of Payments Program (feb 2024)|1||
royalty Information (apr 1984)|1||
annual Representations And Certifications (may 2024)|12|336413|1250|||||||||||
facsimile Proposals (oct 1997)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
the Solicitation Has Been Hereby Extended For 14 Days.
\
this Solicitation Will Be Using Competitive Procedures.
this Solicitation Is For Made New Manufacture Spare Parts.
this Requirement Will Be Awarded To The Offeror Based On The Following Evaluation Criteria Submitted Via Quote.
offers Submitted Will Be Evaluated Based On The Following Criteria: Lead Time, Price, Past Performance And Capacity.
the Closing Date For This Solicitation Is Listed On Page 1.
the Quotes May Be E-mailed To The Below Address And Must Be Received On Or Before 2:00 Pm Est Of The Closing Date.
the Offeror Shall Submit One Unit Price Per Clin And The Unit Price Should Be Firm Fixed Price. Tiered Pricing Will Not Be Accepted Or Evaluated.
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 E-mail. The Government?s Acceptance Of The Contractor?s Proposal Constitutes Bilateral Agreement To Issue Contractual Documents As Detailed Herein.
\
1. Scope
1.1 Pre-award / Post Award Requirements:
due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended.
1.2 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved
will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The
sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation:
(a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The
same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval.
(b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors.
(c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents.
(d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings,
forgings, Etc.
(e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics
should Be Discernible From All Other Characteristics.
the Above Requirements Are A Subset Of Requirements Specified In The Aso
source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With
mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval
brochure.
1.3 Sampling Rates (aqls) Indicated Below Shall Be Used In Accordance With
ansi Z1.4 For Single Sampling And A General Inspection Level Of Ii.
1.4 In Addition To The 100% Pco Mandatory, Critical And Major Characteristics,
attributes For Plating, Hardness And Non-destructive Testing Will Be Inspected
one Hundred Percent.
1.5 Contractor Shall Develop A System For Identification Of Individual
piece Parts For Traceability Purposes. Markings Shall Not Be Permanent.
1.6 An Aql Of 1.5 Will Be Used For Class 3 Threads And Dimensions, And
geometric Feature Controls With A Tolerance Range Of .010 Or Less.
1.7 For Minor Characteristics, A Sampling Rate Determined By The Contractor
and Subject To Qar Approval Will Be Used.
1.8 The Material Covered In This Contract/purchase Order Will Be Used In A
crucial Shipboard System Enabling The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems Or Loss Of Aircraft. Therefore,the Material Has Been
designated As Critical Material And Special Control Procedures Are Invoked
to Ensure Receipt Of Correct Material.
1.9 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;nawcad Lakehurst; Drawing Number ( ;611843-1; ) ;80020; , Revision ;l; And All Details And Specifications Referenced Therein.
1.10 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not
be Provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced
specification.
1.11 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c.
2. Applicable Documents
drawing Data=a87885 |80020|26| |a| | | |
drawing Data=mpr 1059 |80020| L| |d| | | |
drawing Data=mpr 1221 |80020| R| |d| | | |
drawing Data=322220 |80020| E| |d| | | |
drawing Data=322226 |80020| E| |d| | | |
drawing Data=413274 |80020| F| |d| | | |
drawing Data=413275 |80020| H| |d| | | |
drawing Data=414173 |80020| K| |d| | | |
drawing Data=414511 |80020| E| |d| | | |
drawing Data=508458 |80020| N| |d| | | |
drawing Data=509045 |80020| H| |d| | | |
drawing Data=611843-1 |80020| L| |d| | | |
3. Requirements - Not Applicable
4. Quality Assurance
first Article Testing:
the Contractor Shall Conduct First Article Testing On This Item Of Alre/se And Must Address All Elements Listed Below And Prepare A First Article Test Report Documenting The Outcome. Unless Otherwise Specified, The Report And Its Acceptance Shall Be Per The
provisions Of The Applicable Contract Data Requirements List (cdrl).
a. Requirements:
i. First Article Quantity Is One (1); In Uncoated Condition.
ii. The First Article Shall Be Available For Government Evaluation Per The Contract Schedule. The Evaluation Shall Be Conducted In The Presence Of The Government Personnel. Accordingly, The Contractor Shall Allow Time To Arrange For Nawc Participation In
accordance With The "nawcadlke Inspection Witness Option";
iii. The Contractor Shall Provide Facilities And Personnel Sufficient To Conduct All Necessary Tests To Establish Conformance;
iv. The Contractor Shall Have Available For Review All Certifications, Test Reports, In-process Inspection Documents Needed To Substantiate Product Quality; This Same Documentation Shall Also Be Included In The First Article Test Report;
v. The Contractor Shall, At The Time Of First Article, Have Corrected Any Problem Areas Deemed Significant And Documented As Deficient By The Government Within His/her Quality Assurance System Not Previously Identified During Prior Evaluations And/or Surveys;
any Problems Identified During The Conduct Of The Test Will Also Require Correction.
b. Testing And Evaluation:
i. The Contractor Shall Accomplish 100% Inspection And/or Testing Of All Critical, Major, And Minor Dimensions And/or Requirements Identified In The Drawings, Drawing Notes, And Process And Fabrication Specifications. Results Shall Consist Of Actual Dimensions,
measurements, And Test Outcomes And Shall Be Recorded And Included In The First Article Test Report.
c. Acceptance/reject Criteria:
i. Satisfactorily Meeting All Requirements Cited In Paragraph 7a And Satisfactorily Demonstrating 100% Conformance To The Test And Evaluation Elements Cited In Paragraph 7.b Shall Constitute Acceptance Of The First Article;
ii. Failure To Meet Any Of The Conditions In Paragraph 7.a And 7.b Shall Be Cause For Rejection.
d. Delivery:
i. The Accepted First Article Exhibit May Be Delivered And Counted Along With The Contract Production Quantities Providing The Item Has Not Been Damaged During Testing, And Has Been Found To Be Conforming;
ii. The Contractor Is Responsible For Preparing The First Article Test Report In Accordance With Cdrl's.
2. Production Lot Special Tests: N/a
3. For Purposes Of This Tdr, The Term Ndt Shall Refer To The Following Methods: Mt - Magnetic Particle Testing, Pt - Penetrantinspection, Ut - Ultrasonic Testing, Rt - Radiographic Testing, And Vt - Visual Testing.
4. Companies Performing Ndt Shall Be Nadcap Accredited, Or A Laboratory Accredited By One Of The Organizations Listed Belowas Satisfying Iso 17025 (general Requirements For The Competence Of Testing And Calibration Laboratories). Ndt Certifilaboratories). Ndt
certificatesshall Be Bear The Symbols Of Accreditation Andthe Accreditation Body.
a. American Association For Laboratory Accreditation (a2la)
b. Ansi National Accreditation Board (anab)
c. International Accreditation Service, Inc. (ias)
d. National Voluntary Laboratory Accreditation Program (nvlap)
e. Perry Johnson Laboratory Accreditation, Inc. (pjla)
f. Canadian Association For Laboratory Accreditation Inc. (cala)
g. Standards Council Of Canada (scc)
4.1 Review Documentation As Provided Under Dd 1423 Requirements.
4.2 Critical Manufacturing Processes
( ;applies; ) Heat Treat
( ;applies; ) Welding
( ;applies; ) Cadmium Plating
( ;n/a; ) Engineering Chrome Plating
( ;applies; ) Nickel Chrome Plating
( ;n/a; ) Casting(s)
( ;n/a; ) Forging(s)
( ;applies; ) Mpr (material Processing Requirements)
4.3 The Test To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below
4.3.1 Dimensional Test (special) ;close Machined Tolerances;
4.3.2 Requirements Of: ;lke Drawing Package;
4.3.3 Form ;applies;
4.3.4 Fit ;n/a;
4.3.5 Function ;n/a;
4.3.6 Compliance With Drawing ( ;80020; ) ;611843-1; , Revision ;l; And Specifications Referenced Therein.
4.4 In Addition To The Above Tests, The First Article(s) To Be Inspected Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With The Contract Requirements
4.5 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Inspection
4.6 The Contractor Shall Notify The Pco, Aco, And Qar Fourteen (14) Days Prior To Conducting The First Article Test So That The Government May Witness Such Testing.
4.6.1 The Qar Shall Be Present To Witness All First Article Testing.
4.6.2 The Following Additional Personnel Shall Witness The First Article Testing: ;roy Janney Nawc Qa (732) 323-4986;
4.7 Disposition Of Fat Samples
4.7.1 ; ; Sample(s) May Be Destroyed During Testing.
4.7.2 ;applies; Unless Otherwise Provided For In The Contract, Sample(s) Shall Remain At The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The
sample(s) Have Inspection Approval Of The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment.
4.8 Test Sample Coating Instructions
4.8.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative If Required.
4.9 Notice To Government Of Testing At The Contractors Facility.
4.9.1 Far 52.209-3 Applies
(a) The Contractor Shall Present ;one; ; Unit(s) Of The Following Cage( ;80020; ; ), Part Number ;611843-1; ; , Revision ;l; ; As Specified In This Contract. At Least Fourteen (14) Calendar Days Before The Beginning Of The First Article Testing, The Contractor
shall Notify The Contracting Officer, In Writing, Of The Time And Location Of The Testing So That The Government May Witness The Tests.
(b) The Contractor Shall Submit The First Article Test Report Within 15 Calendar Days From The Date Of Testing To: ;pco; ;
the Contractor Shall Mark The Report "first Article Test Report" And Cite The Contract Number And Lot/item Number. Review Documentation As Provided Under The Dd1423 Requirements.
(c) Within 45 Calendar Days After The Government Inspects The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional
approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The
contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval.
(d) If The First Article Is Disapproved, The Contractor, Upon Government Request Shall Repeat Any Or All First Article Tests. After Each Request For Additional Tests, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First
article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Then Conduct The Tests And Deliver Another
report To The Government Under The Terms And Conditions And Within The Time Specified In Paragraph B Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any
additional Costs To The Government Related To These Tests.
(e) If The Contractor Fails To Present Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract.
(f) Unless Otherwise Provided In The Contract, And If The Approved First Article Is Not Consumed Or Destroyed In Testing, The Contractor May Deliver The Approved First Article As Part Of The Contract Quantity If It Meets All Contract Requirements For
acceptance.
(g) If The Government Does Not Act Within The Time Specified In Paragraph (c) Above The Contracting Officer, Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates
and/or The Contract Price, And Any Other Contractual Term Affected By The Delay.
(h) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Or, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be
allocated To This Contract For 1) Progress Payments, Or 2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government. The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts, And Repair
of The First Article During Any First Article Test.
(i) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To The Effect With Each First Article.
(j) The Test Report (2 Copies) Shall Be In Accordance With Mil-std-831, Unless Otherwise Specified On The Dd1423, And Shall Be Submitted Via The Cognizant Dcmc To Navsup, Attn: (cite Name And Code In Block 10.a Of The Sf33). The Dcmc Shall Provide Comments On
form Dd1222 (2 Copies) Which Shall Be Forwarded With The Test Report. Approval Of The Test Report Is The Pco's Responsibility. Upon Notification Of Approval, Condition Approval, The Aco Shall Execute The Dd250 To Indicate Government Acceptance Of The Test
report.
4.10 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate)
(a) Unless Otherwise Specified In The Solicitation, Navsup Wss Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The
original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That:
(i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And
(ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run.
additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That:
(i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer,
and
(ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause.
(note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States
code, Section 1001.)
(b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And
one That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First
article Approval Requirements
(c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The
government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule
he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements)
within Days:
item No. _____________ Quantity:_______ After Date Of Contract:_________
4.11 Special Inspection Requirements
( ;applies; ) Magnetic Particle Inspection
( ;applies; ) Surface Inspection
( ;applies; ) Penetrant Inspection
( ; ; ) Radiographic Inspection
( ; ; ) Ultrsonic Inspection
( ; ; ) High Shock Test
( ; ; ) Mechanical Vibration Test
4.12 Final Inspection Requirement:due To The Critical Nature Of This Item, Representatives Of The Buying
office/and The Cognizant Field Activity, Nawc Lakehurst, Shall Be Notified By The Successful Contractor At Least 14 Days Prior To Presentation To The Dcm Qar Of The Items For Final Inspection So That They May Have The Option Of
witnessing The Final Inspection. The Contractor Shall Notify By Email Or
telefax Pco And Nawc Lakehurst Qa ;roy Janney Nawc Qa (732) 323-4986; To Arrange For The Final Inspection.the Authority Of The Qar Shall Not Be Abrogated. If The Notification Is Not Given To Both Sites Then The Qar Shall Not Accept The Units.
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
this Is A Alre Item Critical Application Item. For Drawing Updates, See Attached Nawc Lke Drawing Update Sheet. Navsup Reference Only:
(23-10085): Procurement The Components Being Acquired Under This Solicitation Have Been Classified As "critical" Requiring Engineering Source Approval By Naval Air Systems Command Only Those Companies Who
have Submitted Request For Source Approval And Been Approved Will Be Eligible For Award Under This Solicitation Any Company Submit A Source Approval Request As Outlined In This Solicitation. All Records Pertaining To Alre Cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Technical Authority. All Records Shall Be Maintained By Lke Qa And By The
manufacturer For A Period Of Seven Years.
\ date Of First Submission=asreq
inspection/certification Data Needed To Substantiate The Quality Ofthe First Article Test Unit Shall Be Included In First Article Unit Packaging.the Outside Of The Package That Contains The Data Shall Be Clearly Marked "inspection/certification Data Included".
data Requirements:
a. Copies Of All Approved Requests For Variations.
b. Assembly Per Drawing 611843.
c. Material And Mill Certifications Per Drawings A87885, 413275, 508458, 322220, 322226, 413274, 414173, 414511, 509045.
d. Heat Treatment Per Drawings A87885, 413274.
e. Hardness Per Drawings A87885.
f. Dimensional Inspection Per Drawings A87885, 413275, 322220, 322226,413274, 414173, 414511, 509045.
g. Magnetic Particle Inspection Per Drawings A87885, 413275, 508458,414511, 509045.
h. Penetrant Inspection Per Drawings 413274, 414173.
i. Identification And Marking Per Drawings A87885, 413275, 508458, 322220, 413274, 414173, 414511, 509045.
j. 100% Inspect, And Record The Readings For The Pitch And Functional Diameters;and Document That The Inspection Results Are Acceptable And Are Iaw System22 Of Fed-std-h28/20 Per Drawings A87885, 413275, 508458, 322226,414173, 414511, 509045.
k. Welding And Inspection Iaw Navsea S9074-ar-gib-010/278, Class M2,category B Per Drawing 508458. date Of First Submission=asreq
data Requirements:
a. Copies Of All Approved Requests For Variations.
b. Assembly Per Drawing 611843.
c. Finish Per Drawing 611843, 508458.
d. Cadmium Plating Per Drawing 413275, 322220, 322226.
e. Nickel Chromium Plating Per Drawing 413275.
f. Material And Mill Certifications Per Drawings A87885, 413275, 508458, 322220, 322226, 413274, 414173, 414511, 509045.
g. Heat Treatment Per Drawings A87885, 413274.
h. Hardness Per Drawings A87885.
i. Dimensional Inspection Per Drawings A87885, 413275, 322220, 322226,413274, 414173, 414511, 509045.
j. Magnetic Particle Inspection Per Drawings A87885, 413275, 508458,414511, 509045.
k. Penetrant Inspection Per Drawings 413274, 414173.
l. Identification And Marking Per Drawings A87885, 413275, 508458, 322220, 413274, 414173, 414511, 509045.
m. 100% Inspect, And Record The Readings For The Pitch And Functional Diameters;and Document That The Inspection Results Are Acceptable And Are Iaw System 22 Of Fed-std-h28/20 Per Drawings A87885, 413275, 508458, 322226,414173,414511, 509045.
n. Welding And Inspection Iaw Navsea S9074-ar-gib-010/278, Class M2,category B Per Drawing 508458. date Of First Submission=090 Dac
contract Referecnce Navsea S9074-ar-gib-010/278
remarks:
(block 5) Data Requirements:
a. Weld Procedure Iaw Navsea S9074-ar-gib-010/278^ Para 4.2 Per Drawing508548.
(block 13) Date Of Subsequent Submmision: Approval Or Reason For Disapproval Shall Begiven By Navairwarcenacdivlke Via The P.c.o. Nlt 45 Days After Disapproval.
(block 14) Addresses For Navair Codes:
navairwarcenacdivlke
code Bl14000 Bldg 596
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl41600 Bldg 148
hwy 547
joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac
contract Reference Navsea S9074-aq-gib-010/248
remarks:
(block 5) Data Requirements A. The Weld Procedure Qualification Test Report, Including All Supporting Test Reports And Documentation, Iaw Navsea S9074-aq-gib-010/248^ Para 4.2.3 And 4.6 Drawing 508548.
(block 13) Date Of Subsequent Submmision: Approval Or Reason For Disapproval Shall Be Given By Navairwarcenacdivlke Via The P.c.o. Nlt 45 Days After Disapproval.
(block 14) Addresses For Navair Codes:
navairwarcenacdivlke
code Bl14000 Bldg 596
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl32300 Bldg 562
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl41600 Bldg 148
hwy 547
joint Base Mdl, Nj 08733-5000 date Of First Submission=asreq
remarks:
(block 5) Contract Reference
a. Evidence Of Welder Performance Qualification, Including Supporting Test Results And Documentation, Iaw Navsea S9074-aq-gib-010/248^ Para 5.2 Per Draweing 508548.
(block 12) Date Of First Submission - 30 Days Prior To Production.
(block 13) Provide Qualification Evidence For All Welders.
(block 14) Addresses For Navair Codes:
navairwarcenacdivlke
code Bl32300 Bldg 562
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl41600 Bldg 148
hwy 547
joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac
remarks: (block 5) Contract Reference
a. Evidence Of Level Iii Certification Iaw T9074-as-gib-010/271^ Para 1.6 For The Individual Who Approved The Welders Qualification Training Program Iaw Navsea S9074-aq-gib-010/248 Para 5.2.3.1, Per Drawing 508548.
(block 14) Addresses For Navair Codes:
navairwarcenacdivlke
code Bl32300 Bldg 562
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl41600 Bldg 148
hwy 547
joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac
remarks:
(block 5) Contract Reference
a. Visual Inspection Written Procedure To Be Used To Visually Inspect All Welds Iaw T9074-as-gib-010/271^ Para 8.3 And 1.7 Thru 1.7.3 Per Drawing 508548.
(block 14) Addresses For Navair Codes:
navairwarcenacdivlke
code Bl32300 Bldg 562
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl41600 Bldg 148
hwy 547
joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac
16. Remarks
(block 5) Contract Reference
a. Evidence Of Approval Of The Welder Qualification Training Program Iaw Navseas9074-aq-gib-010/248^ Para 5.2.3.1(d), Per Drawing 508548.
(block 14) Addresses For Navair Codes:
navairwarcenacdivlke
code Bl32300 Bldg 562
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl41600 Bldg 148
hwy 547
joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac
remarks:
(block 5) Contract Reference
b. Evidence Of Maintenance Of Qualification For All Welders Iaw Navsea S9074-aqgib-010/248^ Para 5.2.11 And 5.2.12 Per Drawing 508548.
(block 14) Addresses For Navair Codes:
navairwarcenacdivlke
code Bl32300 Bldg 562
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl41600 Bldg 148
hwy 547
joint Base Mdl, Nj 08733-5000
U S COAST GUARD USA Tender
Machinery and Tools...+1Chemical Products
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: This Is To Be Awarded Lowest Price Technically Acceptable general Requirements 1. Scope 1.1 Intent. This Standard Specification Invokes General Requirements For Conducting Vessel Repairs Performed By Commercial Contractors At A Coast Guard Facility For Coast Guard Vessels. 2. References coast Guard Drawings none. coast Guard Publications surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements other References none. 3. Requirements 3.1 General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And In This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This Wi Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following Work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or Extensions To The Contract. 3.2 Period Of Performance. The Period Of Performance For This Work Is 10mar2025-28may2025 3.3 Location. The Contractor Must Perform The Work While The Uscgc Waesche Is Alongside The Pier At U.s. Coast Guard Base Alameda, Coast Guard Island, Alameda Ca 94501. 12314_mla_1224_418 item 1: Tanks (potable Water), Clean And Inspect 1. Scope 1.1 Intent. This Work Item Describes The Requirements For The Contractor To Clean And Inspect The Following Tank(s): table 1 - List Of Tanks type Of Tank location capacity - 95% (gallons) tank Content Disposal
(gallons) potable Water 3-68-3-w 5,916 311 potable Water 3-68-4-w 5,916 311 1.2 Government-furnished Property. none. 2. References coast Guard Drawings coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans coast Guard Drawing 750-wmsl-085-022, Rev B, Tank Sounding And Moment Of Inertia Tables (asc085013b) (wmsl 751) Only coast Guard Drawing 750-wmsl-100-37, Rev H, Unit 3120 Structure - 1st Platf To 2nd Dk - Fr 64 To Fr 76 (asc100312) coast Guard Drawing 750-wmsl-167-001, Rev J, Manhole List Installation And Fabrication Details Ship Wide (asc167001) coast Guard Drawing 750-wmsl-530-001, Rev G, Potable Water Systems Diagram (asc530001) coast Guard Drawing 750-wmsl-530-019, Rev E, Potable Water Unit 3120 (asc530312-pw) coast Guard Publications commandant Instruction Manual M5100.47 (comdtinst M5100.47 (series)), Safety And Environmental Health Manual surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements surface Forces Logistics Center Standard Specification 0740 (sflc Std Spec 0740), 2022, Welding And Allied Processes surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirement For Preservation Of Ship Structures other References american National Standards Institute/american Water Works Association (ansi/awwa) C652, 2019, Disinfection Of Water-storage Facilities the Society For Protective Coatings (sspc) Surface Preparation Specification No.1 (sspc-sp 1), 2016, Solvent Cleaning 3. Requirements 3.1 General. 3.1.1 Cir. The Contractor Must Submit A Cir For The Inspections Listed In The Following Paragraph(s): · 3.7 Inspection 3.1.2 Tech Rep. none 3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection). 3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following: fluid Contents piping ro System Components deck Grating note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.2 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must Witness Coast Guard Personnel Perform An Initial Operational Test Of The Equipment Listed Below To Demonstrate Existing Operational Condition. Submit A Cfr. test Each Tank Tlis To Demonstrate That Each Radar Head/sensor Is Functional (i.e., Digital Readout Is Displayed). ensure That There Is Interface/communication Between The Tli Sensor And The Machinery Control And Monitoring System (i.e. Digital Readout At The Tli Is Identical To That Displayed). potable Water Pumps 3.3 Tank Opening. The Contractor Must Open And Ventilate The Confined Spaces In Accordance With Sflc Std Spec 0000, Paragraph 3.3.1.1 (temporary Ventilation) And 3.3.1.2 (confined Or Enclosed Space Entry And Hot Work). The Contractor Must Provide Fall Protection To Cover Tank Manhole Cover When Opened For Ventilation/work. 3.4 Tank Content And Waste Disposal. The Contractor Must Dispose Of Residual Tank Contents Listed In Table 1 And Any Cleaning Fluids In Compliance With All Applicable Federal, State, And Local Laws, Ordinances And Regulations. Notify The Cor (in Writing) At Least 48 Hours Prior To Removal Of Wastes And Fluids. Document A Complete Chain Of Custody Record Of The Removed Tank Contents And Generated Wastes, From The Vessel To The Point Of Final Destination Or Delivery. Submit Chain Of Custody Record To The Cor Upon Completion Of Work. 3.5 Temporary Plugs. The Contractor Must Plug All Inlet And Outlet Piping In The Tank To Prevent Contaminants From Entering The Tank Or Piping System. Use Plugs With An Attached Lanyard, Ring Or Other System That Will Ensure Plugs Are Not Lost In The Pipe Openings. 3.5.1 Plug Log. The Contractor Must Keep A Written Record Of All Installed Plugs. Keep A Separate List For Each Tank. Maintain A Plug Accountability Log Posted Immediately Outside The Tank To Prevent Any Of The Installed Temporary Plugs From Being Lost Inside The Tank Or Left Behind Inside At Tank Closure. The Log Must Include The Type And Size Of Each Plug, Installation Date, And Removal Date. Submit This Log To The Cor After Completion Of Work Item Via A Cfr. 3.5.2 The Contractor Must Ensure That All Plugs Are Removed From Each Tank Upon Completion Of Work In The Tank. 3.6 Tank Cleaning. The Contractor Must Clean All Designated Tank Interior Surfaces Free Of All Foreign Materials, Such As Residual Water, Sediment, Sludge, Rust, Or Biological Growth, Taking Care Not To Damage The Coating System (if Applicable). 3.6.1 The Contractor Must Accomplish All Requirements Of Sflc Std Spec 6310, 3.1.6.4 (surface Contaminant Removal) To Achieve The Cleanliness Requirements Of Sspc-sp 1, Including A Low-pressure (maximum 5,000 Psi) Freshwater Wash Down Of The Surfaces When Possible. 3.6.2 Remove Cleaning Media And Residues Continuously From The Tank During The Washing Process. Remove Any Residual Wash Media And Wipe Up Residual Moisture With Clean Lint-free Cloths. Wipe The Interior Tank Structure Dry And Free Of All Cleaning Agents. 3.7 Inspection. The Contractor Must Visually Inspect All Tank Interior Surfaces, Including, But Not Limited To Bulkheads, Floor And Overhead Plating, Structural Members, Manhole Cover Surfaces, Fasteners And Gasket Seating Surfaces. Submit A Cir With A Description Of The Following, As Applicable: tank Structural Condition. manhole And Cover Condition. ladder Condition (if Applicable). condition Of Tank Coating, Including Dimensions, Percentage, Location, And Type Of Coating Failure. tank Level Indicator (tli) And/or Float Switch Condition. sounding/vent Tube And Striker Plate Condition. suction And Discharge Piping Condition. fastener Material And Condition. zinc Anode Condition (if Applicable) pit Measurements ultrasonic Thickness (ut) Measurements suction And Discharge Piping Condition inaccessible Areas (if Applicable) 3.7.1 Pit Measurements. The Contractor Must Measure100pitswithin Each Tank/location Listed In Table 1, In Accordance With Sflc Std Spec 0740, Paragraph 3.13 (evaluation Of Pitting Corrosion). The Results Of These Measurements Must Be Included In The Inspection Report, Showing Where Pit Measurements Were Taken And The Depth Of The Pit. 3.7.2 Ultrasonic Thickness (ut) Measurement. The Contractor Must Take Ut Measurements In The Surrounding Area Of Any Pit Measuring Greater Than 25% Of Plate Thickness. Ut Measurements Must Be Taken In The Four Quadrants At An Equal-distant Radius From The Pit Center Until Full Plate Thickness Is Measured. For Bidding Purposes, Assume 200 Ut Measurements Per Tank Listed In Table 1. Ut Measurements Must Be Conducted In Accordance With Sflc Std Spec 0740, Appendix C, Using Coast Guard Drawing 750-wmsl-100-37 As Guidance. The Results Of These Measurements (original Thickness, Measured Thickness, And Any Observed Cracks) And The Locations Where They Were Taken Must Be Included In The Inspection Report. 3.8 Substrate Fairing And Repair By Filling Epoxy For Shallow Pits And Small Corrosions (i.e. Pits < 25% Or Corrosions < 25%). As Designated By The Cor, The Contractor Must Repair Small Pin Holes, Shallow Pitted Substrates (with Remaining Plate Thicknesses Over 75% Of Required Plate Thicknesses), And Fair Corroded Substrates (with Remaining Cross Sections Over 75% Of Required Cross Section Areas), After Removing Coating In Accordance With Sflc Std Spec 6310 And Manufacturers’ Instructions. procure 2 Kits Of Epoxy Fairing Compounds (e.g. Belzona 1111, 0.5 Gallon/5 Kg Kit Or Equivalent) To Conduct Repairs. turn Over All Unused Kits To The Cor. 3.8.1 Ensure The Filling Epoxy Is Compatible With Drinking Water. note “substrate Fairing And Repair By Filling Epoxy For Shallow Pits And Corrosions (i.e. Pits < 25% Or Corrosions < 25%)” Is A Supplement Barrier Intending To Help Delay Penetration. 3.9 Disinfection Preparations. In Preparation For Disinfecting The Potable Water Tank, The Contractor Must Accomplish The Following Tasks: 3.9.1 The Contractor Must Notify The Cor Of Their Intention To Disinfect The Tank 5 Days Ahead Of Time. 3.9.2 Upon Completion Of All Inspections, Repairs, Coatings And Cure Times, The Contractor Must Leave The Tank Open For 24 Hours 3.9.3 Once 24 Hours Has Elapsed, The Contractor Must Remove All Installed Temporary Plugs And Document Removal Via Signature On The Plug Log By The Coast Guard Inspector And Contractor Prior To Tank Closing. Submit A Cfr With The Completed Plug Log. 3.9.4 Conduct A Final Inspection In The Presence Of A Coast Guard Inspector To Ensure That No Foreign Objects Or Plugs Have Been Left In The Tank. Submit A Cfr Documenting This Final Inspection. 3.9.5 Ensure That No Foreign Objects Enter The Tank Between The Final Inspection And The Tank Disinfection. 3.9.6 The Contractor Must Verify With The Ship’s Health Services Technician Or Medical Liaison, Or A Contractor Supplied Marine Chemist, That Water Supplied For Disinfection Process Meets All Uscg Requirements For Consumption Per Comdtinst M5100.47 Chapter 25. 3.10 Tank Disinfecting. The Contractor Must Disinfect And Treat The Affected Potable Water Tank(s) And Associated Disturbed Piping And Components, As Necessary, To Meet Or Exceed The Requirements Of Awwa C652. 3.10.1 Any Of The Three Methods Of Chlorination Listed In Section 4.3 Of Awwa C652 Is Acceptable, But If Method 1 Is Utilized, Then The Retention Period Must Be 24 Hours. 3.10.2 Appendix B Of Awwa C652 Shows The Chlorine Doses For A Variety Of Disinfection Methods. 3.10.3 Remove And Dispose Of Disinfection Fluids And Flushing Water In Accordance With Paragraph 3.4. Ensure That No One Enters The Tanks Once Disinfection Is Completed. 3.10.4. Tank Closing. At The Earliest Opportunity During The Disinfection Process, The Contractor Must Close The Tank Manhole Cover(s) Using New Gasket Material In Accordance With Coast Guard Drawing 750-wmsl-167-001. Chase Threads On Studs To Ensure Even Installation Of The Access Covers. Renew All Nuts, Washers, And Cotton Grommets (including Those That Are Missing) In Accordance With Coast Guard Drawing 750-wmsl-167-001. 3.10.5 Ship’s Force Will Refill The Tanks With Potable Water Upon Completion Of Disinfection And Flushing Process. note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.11 Operational Test, Post Repairs. After Completion Of Work And In The Presence Of The Coast Guard Inspector, The Contractor Must Thoroughly Test And Demonstrate The Equipment Listed Below To Be In Satisfactory Operating Condition. Submit A Cfr. test Each Tank Tlis To Demonstrate That Each Radar Head/sensor Is Functional (i.e., Digital Readout Is Displayed). ensure That There Is Interface/communication Between The Tli Sensor And The Machinery Control And Monitoring System (i.e. Digital Readout At The Tli Is Identical To That Displayed). potable Water Pumps 3.12 Water Quality Verification. The Contractor Must Conduct Halogen Residual, Ph, And Bacteriological Testing Of The Water System For Consumption At The Point-of-use (sinks, Water Fountains, Etc) And Verify With Ship’s Health Services Technician, Medical Liaison, Or Marine Chemist That Potable Water Meets All Uscg Requirements Per Comdtinst M5100.47 Chapter 25. The Contractor Must Clean The Tank Until The Water Passes These Tests. Submit Cfr. 4. Notes this Section Is Not Applicable To This Work Item. 63110_mla_1224_418 item 2: Tanks (potable Water), Preserve (partial) 1.1 Intent. This Work Item Describes The Requirements For The Contractor To Prepare And Coat 33% Of The Surfaces Of The Following Tank(s): table 1 – List Of Tanks location type topcoat Color preserve Level 3-68-4-w potable Water match Existing partial 3-68-3-w potable Water match Existing partial 1.2 Government-furnished Property. none. 2. References coast Guard Drawings coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans coast Guard Drawing 418a-wmsl-530-001, Rev C, Potable Water Systems Diagram coast Guard Drawing 750-wmsl-085-022, Rev B, Tank Sounding And Moment Of Inertia Tables (asc085013b) (wmsl 751) Only coast Guard Drawing 750-wmsl-100-37, Rev H, Unit 3120 Structure - 1st Platf To 2nd Dk - Fr 64 To Fr 76 (asc100312) coast Guard Drawing 750-wmsl-167-001, Rev J, Manhole List Installation And Fabrication Details Ship Wide (asc167001) coast Guard Drawing 750-wmsl-530-019, Rev E, Potable Water Unit 3120 (asc530312-pw) coast Guard Publications surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures surface Forces Logistics Center Standard Specification 8636 (sflc Std Spec 8636), 2022, Temporary Hull Accesses other References the Society For Protective Coatings (sspc) Surface Preparation Specification No.11 (sspc-sp 11), 2016, Bare Metal Power Tool Cleaning 3. Requirements 3.1 General. 3.1.1 Cir. none. 3.1.2 Tech Rep. The Contractor Must Provide The Services Of A Qualified Technical Representative To Accomplish The Following On Site: serve As An Independent Coating Tech Rep. Provide The Services Of An Ampp Certified Coating Inspector (nace Cip Level 2) With Marine Coating Inspection Specialty.. accomplish Applicable Requirements In Sflc Std Spec 0000, Paragraph 3.2.4.2.2 (coating Tech Rep). oversee The Preservation Plan Requirements In Sflc Std Spec 6310, Paragraph 3.2 (preservation Plan). review And Sign Daily Reports Summarizing Work. See Forms Qa-1 Thru Qa-5 Provided In The General Requirements. 3.1.2.1 Qualifications/certifications. The Contractor Must Submit The Coating Tech Rep’s Name, Qualifications/certifications, And Certificate Number(s) To The Contracting Officer Prior To Contract Award.. note this Work Item Requires The Use Of An Nace-certified Tech Rep.the Use Of A Qp-1 Certified Company/contractor Alone Is Not Sufficient. 3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection). 3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following: tlis piping ro System Components deck Grating 3.1.5 Temporary Access Openings. Due To Limited Access To Work Areas, The Contractor May, With Express Permission Of The Ko (via Submission Of A Cfr), Cut Access Holes To Facilitate Accomplishment Of The Work Specified Herein. Perform All Work Required To Open And Close The Access Openings In Accordance With Sflc Std Spec 8636. 3.1.6 Work Plan. The Contractor Must Provide A Work Plan (preservation Plan Including Protection Plan) For The Tank Preservation Listed In Table 1 In Accordance With Sflc Std 6310, Paragraph 3.2 (preservation Plan) To The Contracting Officer On The First Day Of Contract’s Period Of Performance. 3.1.6.1 Pre-work Preservation Conference. Prior To The Start Of Any Preservation Work, The Contractor Must Facilitate A Conference Meeting With The Ko, Cor, Coast Guard Inspector(s), Contractor And Contractor's Representative Able To Speak To Technical Preservation Details And Requirements. qc/qa Program. The Requirements Of Sflc Std Spec 0000 3.2.4.2.2.3, Contractor's Qc/qa Program (as Outlined In Sflc Std Spec 0000, 3.2.4 Qc/qa Program), material Receipt Conformance (as Outlined In Sflc Std Spec 6310, 3.1.1.2 Material Receipt Conformance), preservation Plan (as Outlined In Sflc Std Spec 6310, 3.2 Preservation Plan), Sflc Std Spec 6310 3.1.1.3.1 And 3.1.9 Must Be Formally Reviewed And Approved By The Ko, pds And Sds. Only Submit Manufacturer's Product Data Sheets (pds) And Safety Data Sheets (sds) If Navsea Approved Astm F718 Sheets Are Not Available. 3.2 In-process Quality Control Measures. The Contractor Must Abide By All The Safety, Preservation, And Quality Control Requirements Specified In Sflc Std Spec 0000, Paragraph 3.2.4.2 (in-process Qc Measures For “critical-coated Surfaces”). Surfaces Being Preserved Are Considered “critical-coated Surfaces”. All Qa Forms And Nace Ii Reports Must Be Submitted To The Cor For Review No Later Than 24 Hours After Completion Of Work. 3.2.1 Daily Reports. At The Conclusion Of Each Work Day , The Contractor Must Provide Daily Reports Generated And Signed By The Coating Tech Rep. Daily Reports Must Summarize Work Accomplished That Current Day, Work To Be Accomplished The Following Day, Any And All Materials Used During Work That Day, Any And All Readings Taken And/or Data Collected (i.e. Environmental Readings, Dft, Wft, Etc…) Identifications Of Work Locations, Time And Type Of Any Inspections Conducted With The Results Of Such Inspection(s) And Must Also Include Descriptions Any Events Of Non-conformance In Relation To The Specification, Applicable References, Standards, And Technical Data Sheets (i.e Astm F718s). 3.2.2 Environmental Readings. Environmental Readings Must Be Accomplished Within The Agreed Upon Hours According To The Interval Outlined In Sflc Std Spec 6310, Appendix D3.1. 3.3 Surface Preservation. The Contractor Must Prepare And Coat 33% Of All Tank Interior Surfaces (including Internal Surfaces Of Manhole Cover(s), Manhole Cover Hull Ring(s) Extending Outward To The Weld Line That Ties The Hull Ring Into The Tank Plating On The Tank Exterior). 3.3.1 Power Tool Clean All Affected Surfaces To “bare Metal” In Accordance With Sspc-sp 11, In Lieu Of Using Abrasive Blasting; And Feather Edges Of Existing Intact Coating To The Prepared Areas, In Order To Provide A Smooth Transition With The New Paint. 3.3.2 Inspection. The Contractor Must Inspect All Cleaned Surfaces And Exposed Substrates Of Areas In Tanks Listed In Table 1 (after Removing/cleaning Surface Covering/coatings And Prior To Priming Substrates) In Accordance With Sflc Std Spec 6310 3.1.8.1 Surface Cleanliness Evaluation – Visual Standards. Submit A Cfr. 3.3.3 Waste And Debris Removal. The Contractor Must Remove All Waste And Debris Generated By The Tank Preservation Process (surface Preparation, Substrate Cleaning, Priming, And Coating). Waste And Debris Must Be Disposed Of In Accordance With Sflc Std Spec 6310, Paragraph 3.1.8.2 (debris Removal And Disposal), Sflc Std Spec 0000, And All Applicable Federal, State, And Local Laws, Ordinances And Regulations. 3.3.4 The Contractor Must Coat The Prepared Surfaces Using The System Specified For "tanks And Voids (potable Water Tanks)" In Sflc Std Spec 6310, Appendix B (cutter And Boat Interior Painting Systems). Select Finish/topcoat Color To Match Existing Adjacent Surfaces. 3.4 Curing. The Contractor Must Ensure Tanks Are Cured In Accordance With The Manufacturer’s Instructions For Nsf/nehc Certification Under The Same Conditions Before Being Filled. note typical Curing Times Are At Least 4 Days, And Range Up To 14 Days Or Longer, Depending On The Paint Selected, Amount Of Surface Area Covered, And Environmental Conditions. See Paint Manufacturer’s Recommendations For Specific Application. caution verify Application And Cure Requirements With Paint Manufacturer Prior To Paint Purchase And Application. Lack Of Attention To Environmental Conditions Can Adversely Impact Paint System Cure, Cause Unnecessary Contract Time Delays, And Negatively Impact Crew Health And Vessel Habitability When Tanks Are Put Back Into Service. do Not Assume Paint Product Data Sheet To Be Accurate. Contact Paint Manufacturer Directly To Verify, As Formulations Change And New Application Information May Be Available. 3.4.1 The Contractor Must Rinse Freshly Painted Potable Water Tanks At Least Twice With Freshwater Before Being Disinfected And Put Into Service. 3.5 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Surfaces To Match Existing Adjacent Surfaces In Accordance With Sflc Std Spec 6310, Paragraph 3.1.13 (touch-ups And Minor Coating Repairs). 4. Notes this Section Is Not Applicable To This Work Item 53310_mla_0624_418 item 3: Potable Water Pneumatic Tank, Clean And Inspect 1. Scope 1.1 Intent. This Work Item Describes The Requirements For The Contractor To Clean And Inspect The Following Potable Water Pneumatic Tank(s): table 1 – Pneumatic Tank Information service location capacity
(gallons) pressure (psig) potable Water Hydro-pneumatic Tank 3-64-0-e 280 100 1.2 Government-furnished Property. mti item Description nsn/pn qty estimated Cost
($/unit) n bladder, Water nsn: 4510-01-601-2564 p/n: 660603996 1 Ea. $2,936 2. References coast Guard Drawings coast Guard Drawing 418a-wmsl-530-001, Rev C, Potable Water Systems Diagram coast Guard Drawing 750-wmsl-530-019, Rev E, Potable Water Unit 3120 (asc 530312-pw) coast Guard Publications coast Guard Technical Publication S6435-tl-mmi-010, 15 February 2015, Angle Relief Valve, Type D50 – Description, Operation, And Maintenance – Rev 9 coast Guard Technical Publication (tp) 7082, Swbs 533, Dec 2020, Potable And Chilled Water Tanks surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures other References nsf International (nsf) 61/600, 2024, Drinking Water System Components - Health Effects american National Standards Institute/american Water Works Association (ansi/awwa) C652-19, 2020, Disinfection Of Water-storage Facilities 3. Requirements 3.1 General. 3.1.1 Cir. none. 3.1.2 Tech Rep. none. 3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, (vessel Component, Space, And Equipment Protection). 3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, (interferences). Known Interferences Include, But Are Not Limited To The Following: piping, Hoses, And Supports water 3.1.4.1 Tank Residual Fluids. Remove And Dispose Of All Tank Residual Fluids In Accordance With All Applicable Federal, State, And Local Laws And Regulations. 3.1.5 Work Locations. The Concerned Work Areas Are Listed In Table 1. See The Applicable Drawings In Section 2 References For Guidance, Locations, And Details. 3.1.6 Materials, Tools, And Services. The Contractor Must Provide Service, Tools, And Materials To Accomplish The Requirements In This Work Item. New Components, Parts, Materials, And Paints With The Same Color, Comparable And Matching Material Properties As The Existing Components/parts. Use References In Sections 1, 2 And Sflc Std Specs For Guidance, Required Materials, And Details. 3.2 Preparation. The Contractor Must Depressurize And Drain The Designated Tank(s) In Table 1 Before Performing Any Work On Them. Dispose Of All Fluids In Accordance With All Applicable Federal, State, And Local Environmental Regulations. Do Not Drain Any Fluids (including Fresh Water) Into Any Space, Bilge Or Exterior Location. note do Not Drain Any Fluids (including Fresh Water) Into Any Space, Bilge Or Exterior Location. 3.3 Operational Test – Initial. Prior To Commencement Of Work, The Contractor Must Witness Coast Guard Personnel Perform An Initial Operational Test Of All Items Or Shipboard Devices To Be Disturbed, Used, Repaired, Or Altered, To Demonstrate Existing Operational Condition. Submit A Cfr. note coast Guard Personnel Will Operate All Shipboard Equipment And Machinery. 3.4 Cleaning Requirements. The Contractor Must Clean The Tank As Follows: clean All Tank Structure’s Interior Surfaces Free Of All Foreign Materials, Sediment, And Sludge. remove All Persistent Residues, Taking Care Not To Damage The Tank Coating System. remove Cleaning Media And Residues Continuously From The Tank During The Washing Process. remove Any Residual Wash Media And Wipe Up Residual Moisture With Clean Lint-free Cloths. collect, Contain, And Dispose Of All Wash Media, Residues, And Cleaning Materials In Accordance With All Federal, State, And Local Laws, Ordinances, And Regulations. 3.4.1 Tank Content And Waste Removal. The Contractor Must Dispose Of Residual Tank Contents And Any Cleaning Fluids In Accordance With All Applicable Federal, State, And Local Laws, Ordinances, And Regulations. notify The Cor (in Writing) At Least 48 Hours Prior To Removal Of Wastes And Fluids. document A Complete Chain Of Custody Record Of The Removed Tank Contents And Generated Wastes, From The Vessel To The Point Of Final Destination Or Delivery. submit Document To The Cor Upon Completion Of Work. 3.5 Visual Inspection. The Contractor Must Clean And Visually Inspect The Internal And External Surfaces Of Each Tank For Signs Of Corrosion, Pitting, And Other Damage. If Required By The Pneumatic Tank’s Construction, The Contractor Must Provide And Use A Borescope During The Visual Inspection. Submit A Cfr. 3.6 Surface Preservation. If A Change Request Has Been Authorized And Released, The Contractor Must Prepare And Coat Each Tank’s Interior Surfaces Using The System Specified For “tanks And Voids (potable Water Tanks)” In Sflc Std Spec 6310, Appendix B (cutter And Boat Interior Painting Systems). If Preservation Is For Less Than 100 Percent Of Tank Interior Surfaces, Power Tool Clean All Affected Surfaces To “bare Metal” In Lieu Of Using Abrasive Blasting, And Feather Edges Of Existing Intact Coating To The Prepared Areas To Provide A Smooth Transition With The New Paint. 3.7 Renew Tank Air Bladder. The Contractor Must Renew The Air Bladder In Accordance With Tp 7082 With Provided Gfe. 3.8 Relief Valve Testing. The Contractor Must Remove, Clean, Inspect, Test, And Reinstall The Tank Relief Valve, Cpw-v-013. clean And Visually Inspect All Parts For Defects, Deterioration, Dirt, Scale, Rust, Grease, And Marine Growth. inspect All Valve Openings For Obstructions And Damage To The Valve Seat, Disc, And Body. use The Appropriate Test Fluid, Shop Test The Relief Valve To The Correct Lifting Pressure. ensure That The Valve Seats Correctly After Pressure Relief, Without Simmering, And With Zero Leakage Allowed. adjust The Valve Relief Pressure As Necessary To Obtain The Required Lifting Pressure. after Adjustment, Perform A Final Test To Confirm The Relief Valve's Lifting Pressure With The Coast Guard Inspector Present. reinstall The Relief Valve Upon Completion Of Testing. submit A Cfr With Test Results And All Data Plate Information. 3.9 Tank Closure. After All Authorized Repairs, The Contractor Must Remove All Installed Temporary Plugs And Document Removal Via Signature On The Plug Log By The Coast Guard Inspector And Contractor Prior To Tank Closing. Submit A Cfr With The Completed Plug Log. 3.9.1 Conduct A Final Inspection In The Presence Of A Coast Guard Inspector To Ensure That No Foreign Objects Or Plugs Have Been Left In The Tank. Submit A Cfr Documenting This Final Inspection. 3.9.2 The Contractor Must Reinstall The Tank(s) To The Original Configuration With New Rubber Gaskets Conforming To Ansi/nsf 61. Renew All Fasteners With Stainless Steel. 3.10 Tank Disinfecting. The Contractor Must Disinfect And Treat The Affected Potable Water Tank(s) And Associated Disturbed Piping And Components, As Necessary, To Meet Or Exceed The Requirements Of Awwa C652. any Of The Three Methods Of Chlorination Listed In Section 4.3 Of Awwa C652 Is Acceptable, But If Method 1 Is Utilized, Then The Retention Period Must Be 24 Hours. appendix B Of Awwa C652 Shows The Chlorine Doses For A Variety Of Disinfection Methods. refill The Tanks With Potable Water Upon Completion Of Disinfection And Flushing Process. remove And Dispose Of Disinfection Fluids And Flushing Water In Accordance With All Applicable Federal, State, And Local Environmental Regulations. ensure That No One Enters The Tanks Once Disinfection Is Completed. note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.11 Operational Test, Post Repairs. After Completion Of Work, The Contractor Must Thoroughly Test, In The Presence Of The Coast Guard Inspector And Demonstrate All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed To Be In Satisfactory Operating Condition. Submit A Cfr. 4. Notes this Section Is Not Applicable To This Work Item.
Municipality Of Caibiran, Biliran Tender
Electrical Goods and Equipments...+3Electrical Generators And Transformers, Security and Emergency Services, Electrical and Electronics
Philippines
Closing Date23 Jan 2025
Tender AmountPHP 450 K (USD 7.6 K)
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of The Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Purchase & Installation Of Wide Range Directional Siren Location : Mdrrmo, Lgu Of Caibiran, Biliran Delivery Period : 20 W.d. Abc : P450,000.00 Source Of Funds : Drrmf 2020, 2021, 2022, 2023 All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Unit Item Description Quantity 1 Unit Wide Range Directional Siren With Installation 1 Siren Specifications: • Sound Rating: 123+2db(a) Sound Range 3 Kilometer • Electric Motor:2.2kw,220/240ac,50/60hz • Ip Rating: Ip 44 • Output Frequency: 500/560+20hz • Single Tone • Carton Size:75x63x71cm • Motor Siren Digital Timer Controller 4kw/220v • Fabricated Mounting Brackets • Electrical Cables • Peripherals • Service Fee – Wiring Layout, Equipment Mounting & Set Up Commissioning Gasoline Generator Specifications: • Rated Output 8750w • Surge Output 7000w • 230v / 60hz Electric Start • Receptacle 1 X Twist Lock 114/230v, 2 X Duplex 230v • Single Phase • Rated Current 30.4 Ampares • Insulation Class F • 15hp Ohv Engine • 4 Stroke Single Cylinder • Air Cooled • Recoil, Electric Start • Unleaded Gasoline Fuel • 25l Fuel Capacity • Lo Oil Alert Schedule Of Activities: (2nd Posting) Advertisement : January 14, 2025 To January 21, 2025 Bid Evaluation : January 23, 2025 (9:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) 1. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Aon-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 2. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 13, 2025 Until January 17, 2025, Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos. [p500.00] 3. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 4. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Mun. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before January 20, 2025 At 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 5. Bid Evaluation Shall Be On January 20, 2025 At Exactly 9:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Lgu Caibiran Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. Checklist Of Eligibility Requirements For Infrastructure Is Hereto Attached: Note: All Folder/envelope To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) First Envelope (technical Proposal) Eligibility Requirements: 1. Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A Dti/sec/cda Registration B Mayors Business Permit Or Its Equivalent Documents C Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & D Stamp Approved By The Bir 2. Audited Financial Statement 3. Statement Of On-going Contracts 4. Statement Of Single Largest Completed Contract (slcc) 5. Valid Pcab License Registration 6. Nfcc Computation Of Committed Line Of Credit Technical Requirements: 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Venture If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Duly Signed Organizational Chart 4. Duly Signed List Of Project Personnel 5. Schedule Of Works 6. Construction Safety & Health Certificate 7. Duly Signed Of Contractors Equipment For Project 8. Certificate Of Site Inspection (signed By The Project Engineer Of The Procuring Entity) 9. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. 2nd Envelope Financial Proposal 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Detailed Estimates Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates & Equipment Rentals Used In Indicating Also The Direct And Indirect Cost In Coming Up With The Bid. 3. Cash Flow By Quarter And Payment Schedule Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. 2025philgeps008
City Of Pagadian Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 14.6 Million (USD 249.8 K)
Details: Description Construction Of Sp Building (phase 04) Item Description Unit Qty. Unit Price Amount Part I General Requirements B.3 Permits And Clearances L.s. 1.00 B.5 Project Billboard/sign Board Ea 1.00 B.7 (2) Occupational Safety And Health Program Ls 3.00 Part Ii Civil Works Part A Plain & Reinforced Concrete Works 900(1)c1 Structural Concrete For Stairs, (class A, 28 Days) M3 4.26 900(1)c4 Structural Concrete For Columns, (class A, 28 Days) M3 0.41 900(1)c6 Structural Concrete For Beams, (class A, 28 Days) M3 0.55 902(1)a Reinforcing Steel Of Reinforced Concrete Structures, Grade 33 Kg 128.49 902(1)b Reinforcing Steel Of Reinforced Concrete Structures, Grade 40 Kg 543.47 903(1)c Formworks And Falseworks (for Overhead Works) M2 916.98 Part B Finishings And Other Civil Works B.1 Finishing Works 1018(1) Glazed Tiles And Trims M2 1,883.01 1003(1)a 16mm Thk Non-sag Acoustic Board On Aluminum Tee Runners M2 190.31 1003(1)e Gypsum Board On Metal Frame Ceiling M2 726.67 1016(1)a Cement Based Waterproofing M2 185.90 1027(1) Cement Plaster Finish M2 7.41 B.2 Fabricated Materials 1006(1) Steel Louver Door M2 1.89 1007(1)b1 Aluminum Framed Glass Door (double Swing Type) M2 19.20 1008(1)c Aluminum Glass Window (awning Type) M2 7.80 1008(1)d Aluminum Glass Window (fixed Type) M2 1.50 1008(1)d2 Aluminum Glass Wall (fixed Type)- Tempered Reflective Glass M2 140.48 1010(2)b Wooden Panel Door M2 82.94 1011(1) Steel/aluminum Roll Up Door Ls 1.00 B.3 Painting Works 1032(1)a Painting Works (masonry Painting) M2 1,527.37 1032(1)b1 Painting Works (ceiling And Dry Wall Painting) M2 1,463.77 Part Iii Electrical Works 1100(10) Conduits, Boxes, And Fittings L.s. 1.00 1101(33) Wires And Wiring Devices L.s. 1.00 1102(21) Power Load Center, Switchgear, And Panel Boards L.s. 1.00 1105(20) Network Cabling L.s. 1.00 1106(1) Cctv System L.s. 1.00 1200(1) Ventilating Equipment L.s. 1.00 I.4a Permits And Electrification L.s. 1.00 1208(1) Fire Alarm System L.s. 1.00 Invitation To Bid The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Contract Reference No. Infra-2025-01-06 Name Of Contract: Construction Of Sp Building (phase 04) Brgy. San Jose, Pagadian City 1saip24-8000rf-c-f Approved Budget For The Contract -p 14,633,770.68 Completion Of Work -180 Calendar Days Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid January 14, 2025 To January 21, 2025 2-issuance And Availability Of Bidding Documents January 14, 2024 To January 28, 2025 3-pre-bid Conference January 16,2025 4- Submission And Receipt Of Bids /bid Opening January 28, 2025 The Bac Will Issue To Prospective Qualified Bidders, Bidding Documents At The Bac Secretariat, Office Of The City Planning And Development Coordinator, Pagadian City, Upon Payment Of A Non-refundable Amount Of (p 15,000.00) To The Office Of The City Treasurer-cashier. Prospective Bidders Shall Submit Their Duly Filled-up Bidding Documents On The Scheduled Date For The Submission And Receipt Of Bids /bid Opening To The Bac, Pagadian City. The City Government Of Pagadian Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Ms. Jenny Rose Z. Egama City General Services Officer Bac Chairman Date Posted: January 14, 2025 To January 21, 2025
City Government Iligan Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 4.8 Million (USD 83.2 K)
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through Special Educational Fund Intend To Apply The Sum Of P 4,830,913.32 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City With Project No. Cb(b)-24-130 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City •general Requirements -pennits & Clearances; -installation Of Project Billboard,2 Sets; -occupational Safety & Health Program; •clearing & Grubbing -cutting Of Trees; •earthworks -excavation For Foundation, Tie Beam, Wall-footing , Zocalo, Septic Vault, Concrete Storage, Stairs Foundation & Grease Trap; -backfilling & Compaction For The Slab On Grade; -gravel Bedding For Foundation , Tie Beam, Wall-footing , Slab On Grade, Zocalo, Septic Vault , Concrete Storage, Stairs Foundation & Catch Basin; •concrete Works, Forms & Scaffoldings -concrete Pouring For Foundation , Columns, Tie Beam, 2nd & 3rd Floor Beams, Suspended Slab, Roof Beams , Cantilever Beams, Slab On Grade, Wall-footing (foundation) , Zocalo (foundation) , Septic Vault Flooring (top & Bottom), Concrete Storage (foundation), & Catch Basin Flooring; •masonry Works -installation Of 4" X 8" X 16" Concrete Hollow Blocks (chb) For Wallings At Ground Floor, Balcony (2nd Floor) , Parapet,wall-footing ,septic Vault, Catch Basin, Concrete Storage & Zocalo, W/plaster Finish,& Smooth On Expose Areas; -using 10mmø X 6m Deformed Steel Bars Wf#.16 G.i Tie Wire; And Vertical Spaced @600mm O.c & For Horizontal, Every @3rd Layer; •steel Reinforcement -using 10mmø, 12mmø, 16mmø & 20mmø Deformed Steel Bars Wf#.16 G.i Tie Wire; •paint Works & Finishes; -skim Coating Only For All Wallings At Ground Floor Only; •steel Works -fabrication & Installation Of 50mm X 50mm X 6mm Thk., 38mm X 38mm X 6mm Thk., 38mm X 38mm X 4.smm Thk ., 25mm X 25mm X 4.smm Thk., 25mm X 25mm X 2mm Thk. Angle Bar,25mm X 25mm X 3/16" Thk. Angle Bar, 25mm X 3/16" Thk. Flat Bar. 2" X 4" X 1.smm Thk. C-purtins W/ 10mmø Dsb Sagrods, 12mmø Turnbuckle & Cross Brace; 10mmø Anchor Bolt,epoxy Primer; -installation Of Stainless Steel Square Tube Railings- Grade 304 For Stairs & Balcony; •tinsmithry Works -installation Of 0.4mm Thk. Colored Roof Long-span Rib Type,0.4mm Thk. Pre-fab End Flashing, 0.4mm Thk. Pre-fab Fascia Cover,& 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type W/complete Accessories ; •electrical Works ; -electrical Works At Ground Floor, & Provisions; •plumbing Works; -installation Of Plumbing Fixtures At Ground Floor Only; -installation Of 3"ø Pvc Pipe For Downspout W/ G.i Basket Strainer, Pvc Pipe Clip W/complete Accessories ; -provision Of Pvc & G.i Pipes For 2nd Floor & 3rd Floor Fixtures; I. Permits And Clearance (q = 1.00 Lumpsum) Includes Fire, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3)-6 Sets Of Plans. Ii. Construction Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Iii. Project Billboard (q = 2.00 Set/s) Includes 4' X 8' Tarpaulin Print Billboard, 8' X 8' Tarpaulin Print Billboard, 2"x 2"x 8' Coco Lumber, 2"x 2"x 10' Coco Lumber, 2"x 2"x 14' Coco Lumber, Assorted Sizes C.w Nails. Iv.mobilization & Demobilization (q = 1.00 Lot) V.clearing And Grubbing (q = 1.00 Lot) Vi. Earthworks (q = 147.48 Cu.m) Includes Volume To Be Excavated, Volume To Be Backfilled, Pit Run Soil/earthfill (backfilling Suitable Materials), Gravel Bedding (1-1/2"ø). Vii. Concrete Works, Formworks And Scaffoldings (q = 75.99 Cu.m) Includes Portland Cement, Washed Sand, Washed Gravel, 4' X 8' X 1/4" Thk. Marine Plywood, Assorted Sized Coco Lumber, Assorted Sized C.w Nails. Viii. Masonry Works (q = 284.81 Sq.m) Includes 4" X 8" X 16" Chb, Portland Cement, Washed Sand, 10mm Dia. X 6m Dsb, #16 G.i Tie Wire. Ix.steel Reinforcements (q = 16,429.80 Kgs.) Includes 10mm Dia. X 6m Dsb, 12mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, 20mm Dia. X 6m Dsb, #16 G.i Tie Wire. X.steel Works (q = 2,034.40 Kg/s) Includes 50mm X 50mm X 6m X 6mm Thk. Angle Bar- 16pcs, 38mm X 38mm X 6m X 4.smm Thk. Angle Bar- 20pcs, 38mm X 38mm X 6m X 6mm Thk. Angle Bar- 23pcs, 25mm X 25mm X 6m X 4.5mm Thk. Angle Bar- 24pcs, 25mm X 25mm X 6m X 2.0mm Thk. Angle Bar- 7pcs, 1" X 1" X 6m X 3/16" Thk. Angle Bar- 4pcs, 25mm X 6m X 3/16" Thk. Flat Bar- 3pcs, 50mm X 100mm X 6m X 1.5mm Thk. C-purlins- 20pcs, 12mmø X 6mm Plain Bar Cross Brace- 8pcs, 12mmø Turnbuckle, Sagrods-10mmø X 6mm Dsb- 18pcs, 10mmø Anchor Bolt (l-type), Welding Rod (6011), 2" X 3" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, 2" X 2" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, Stainless Welding Rod (1.60mm), Epoxy Primer, 4" Paint Brush, 4"ø Cutting Disc, 4"ø Grinding Disc, Assorted Sand Paper. Xi.tinsmithry (q = 80.73 Sq.m) Includes 0.4mm Thk. Colored Roof Long Span Rib Type, Pre-fab Colored End Flashing (0.4mm Thk. X 8'), 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type, Pre-fab Colored Fascia Cover (0.4mm Thk. X 8'), Sealant, Teksrew, Blind Rivets (1000pcs/box), Riveter, Aviation Metal Snip Scissor. Xii. Paint Works & Finishes (q = 388.99 Sq.m) Includes Skim Coat, Sand Paper. Xiii. Electrical Works (q = 1.00 Lot) Includes 2.0mm2 Thhn Stranded Copper Wire, 3.5mm2 Thhn Stranded Copper Wire, 8.0mm2 Thhn Stranded Copper Wire, 14.0mm2 Thhn Stranded Copper Wire, 38.0mm2 Thhn Stranded Copper Wire, Pvc Conduit 15mm, Pvc Elbow 15mm, Junction Box 4x4", Utility Box 2x4", Pvc Conduit 20mm, Pvc Elbow 20mm, Emt Conduit 32mm, Emt Coupling 32mm, Service Entrance Cap 32mm, Secondary Rack With 2 Spool, Duplex Convenience Outlet, Airconditioning Outlet, Single Gang Switch With Led Indicator 230v, Two Gang Switch With Led Indicator 230v, Three Gang Switch With Led Indicator 230v, Single Gang Three Way Switch With Led Indicator 230v, Led Panel Light Recessed Round Type 18w (230v), Led Panel Light 30x60 24w (230v Daylight), Led Panel Light 30x30 18w (230v), Circuit Breaker 2 Pole 15at (230v Plug In Type), Circuit Breaker 2 Pole 20at (230v Plug In Type), Circuit Breaker 2 Pole 60at (230v Plug In Type), Electrical Panelboard 10 Holes 8 Branches Plug In Type, Mccb 125 At 2 Pole 230v, Enclosure For 125 At Mccb, Solvent Cement 100cc, Minor Electrical Peripherals. Xiv. Plumbing Works (q = 1.00 Lot) Includes 6" Dia. X 10' Pvc Pipe S-1000, 4" Dia. X 10' Pvc Pipe S-1000, 4" Dia. Pvc Sanitary Tee (s-1000), 4" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 4" Dia. Pvc Elbow 1/8 Bend (45 Deg.), 4" Dia. Pvc Coupling, 4" Dia. Pvc Clean Out W/adapter & Plug, 4" X 2" Dia. Pvc Coupling Reducer, 4" Dia. Pvc Cross Tee, 3" Dia. X 10' Pvc Pipe S-1000, 3" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 3" X 2" Dia. Pvc Coupling Reducer, 3" X 2" Dia. Pvc Wye, 3" Dia. Pvc Elbow 1/8 Bend (45 Deg .), 3" Dia. Pvc Clean Out W/adapter & Plug, 3" Dia. Pvc Sanitary Tee (s-1000), Pvc Pipe Strap/clip, Bolt (54pcs), Nut (54pcs) And Washer (54pcs), 2" Dia. X 10' Pvc Pipe S-1000, 2" Dia. Pvc Tee, 2" Dia. Pvc P-trap, 2" Dia. Stainless P Trap, 2" Dia. Pvc Elbow 1/4 Bend (90 Deg.), Pvc Cement (400cc), 1/2" Dia. X 20' G.i Threaded Pipe Water Supply Line, 1/2" Diam. G.i Threaded Pipe Elbow (90deg.), 1/2" Diam. G.i Threaded Pipe Tee, 1/2" Diam. G.i Threaded Union Patente, G.i Basket Strainer, 4" X 4" Stainless Floor Drain, Water Closet W/complete Fittings/accessories-heavy Duty, Lavatory -heavy Duty, Faucet W/complete Accessories-heavy Duty, Teflon Tape (3/4" X 10m). Approved Budget For The Contract (abc): P 4,830,913.32 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Eighty (180) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1.issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2.pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3.submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4.opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed) Darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-130 (ceo-infra)
Department Of Tourism Region Xi Tender
Other Consultancy Services...+1Consultancy Services
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)
Details: Description I. Background And Rationale The Philippine Travel Tour Expo (ptte) Is One Of The Country's Leading Tourism Events, Organized Annually By The Philippine Travel Agencies Association (ptaa) At The Smx Convention Center In Pasay City. The Expo Serves As A Major Platform For Promoting Both Local And International Travel Offerings, Bringing Together Travel Industry Professionals, Businesses, And Enthusiasts To Explore The Diverse Tourism Opportunities In The Philippines. The Event Aims To Foster Growth Within The Tourism Sector While Providing A Venue For Business Networking And Collaboration. Since Its Inception In 1994, The Ptte Has Significantly Grown In Scope, Attracting A Wide Range Of Participants Such As Travel Agents, Tour Operators, Hotels, Resorts, And Individual Travellers. The Expo Showcases A Variety Of Travel-related Services, Including Vacation Packages, Flights, Accommodations, And Emerging Travel Technologies. It Also Highlights Different Regions And Destinations Across The Philippines, Emphasizing The Country’s Cultural Heritage, Natural Beauty, And Unique Tourism Experiences. The Event Offers Exclusive Deals And Promotions, Making It A Popular Destination For Both Business And Leisure Travellers. The Department Of Tourism Xi Views Ptte As A Valuable Opportunity To Promote The Davao Region’s Tourism Products And Attractions. With The Goal Of Boosting Tourism Recovery, Dot Xi, Alongside Local Government And Private Sector Partners, Will Participate In The Expo By Setting Up A Dedicated Booth To Showcase Davao’s Destinations And New Tourism Circuits. This Initiative Aligns With Their Efforts To Strengthen Domestic Tourism In The Region And Market It Effectively To The National Capital Region (ncr) Audience, Helping Ensure The Sustainable Growth Of The Local Tourism Industry. Ii. Objectives 1. To Showcase And Promote The Davao Region Tourism Products And Services In The National Capital Region And Other Regions In The Philippines 2. To Provide Opportunities For Trade Expansion And Consumer Engagement For Davao Region Tourism Stakeholders 3. To Provide An Avenue For Davao Tour Operators To Connect, Build A Network And Create New Businesses With Their Counterparts In Central Philippines 4. To Support The Sustainability Of The Existing Davao To Ncr Routes And Other Regional Air Routes Iii. Program Design The Dot Regional Office Xi Will Participate As Exhibitor And Will Conduct Customer-to-customer And Business-to-business Engagements. Event Components • Main Booth Exhibit: Showcase Of The Davao Region Provinces Partnered With Local Tour Operators • B2b Activity: Participation Of The Delegation To The Main B2b Activity By The Ptaa Iv. Scope Of Work A. Booth Construction And Design 1. Coordinate With The Organizer For Guidelines/ Instructions On Booth Installation. 2. Supervise And Facilitate Ingress And Egress, Booth Set-up And Installation, Maintenance And Dismantling; 3. Secure Required Forms And Permits For The Smooth Installation Of The Booth. 4. Assignment Of Stand-by Manpower For The Duration Of The Event To Manage On-site Problems; 5. Design And Construction Of The Dot Davao Booth, With The Following Details And Inclusions To Wit: All Design And Landscaping Materials And Procedures For A Two (2m Deep) (3m Long) Or 12 Sqm Booth With Platform Raw Space Booth; Led Wall Or Maximum Size Television For Audio-visual Presentations In The Booth Back Printed High-resolution Tarpaulins Sintra Boards/ Lighted Build Up Up Lights And Floodlights Counters With Storage (number Of Counters To Be Identified) Additional Storage Area For Safekeeping Of Items. Column Fabricated Wall-type Design Décor, Chairs And Tables (dependent On The Design) Provision Of Sound System Provision Of Water Dispenser With Daily Supply Water Gallon Installation And Disassemble Services Freight Services For Any Items/elements To Be Owned By Dot Xi B. Deliverables Of The Contracting Party: 1. Activity Report 2. Photo Documentation 3. Statement Of Account 4. Official Receipt C. Design Pegs: V. Project Requirement And Scope Of Deliverables Terms During The Service And Expected Output (a) The Supplier Shall Propose Design Incorporating The Aesthetic Elements And Components That Depict The Icons And Destinations Of Davao Region; To Incorporate New Davao Region Branding (b) The Proposed Design & Lay-out And Other Elements Shall Be For Approval Of Dot Xi Vi. Proposed Budget Of The Contract (abc): • The Total Approved Budget For The Procurement For The Services Of A Booth Contractor For The Davao Region Booth For The 32nd Ptaa Travel Tour Expo Is Two Hundred Thousand Pesos Only (php 200,000.00) Inclusive Of All Applicable Government Taxes” • Terms Of Payment: Government Procedure/willing To Provide Services On A Send Bill Arrangement Payable Within Thirty (30) Working Days. Vii. Minimum Requirements Requirements: (to Submit Sufficient Documents) 1. Company Profile Or Portfolio; 2. Must Have Handled Dot Accounts And Must Provide A List Of Previously Conducted Events/service For “booth Contractor” (within The Last 3-6 Months); (contracts/po) 3. Must Be Smx Convention Center Accredited (accreditation Certificate) 4. Valid Bidding Documents (as Required By The Procurement Law/dot Xi Procurement Division) A. Valid Philgeps Registration B. Valid Mayor’s Permit C. Dti/sec Registration Certificate D. Tin Certification E. Other Applicable Documents As Required 5. Must Be A Manila-based Company (not A Subsidiary Company) Viii. Payment Procedure Send-bill Arrangement: (payable Within 15-30 Days Upon Receipt Of The Statement Of Account From The Supplier) Official Billing Details: Tanya Rabat-tan Regional Director, Department Of Tourism-xi Unit 1-5, Ground Floor, Cope Development Corporation Building 2, Cm Recto St., Davao City Ix. Project Officers/contact Persons: Marketing & Promotion Division: Kamille M. Araneta Procurement Division: Bon Jovi Cabreros/nathania Molina Contact Nos: 09171696215/09472506686 Email: 2021dotxi.procurement@gmail.com/dot11mpd@gmail.com Other Information: Dot Xi Rbac Reserves The Right To Waive Any Formality In The Responses To The Eligibility Requirements And To This Invitation. It Further Reserves The Right To Reject Any And All Proposals, Or Declare A Failure Of Bidding, Or Not Award The Contract, And Makes No Assurance That A Contract Shall Be Entered Into As A Result Of This Invitation.
U S COAST GUARD USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Notice / Request For Information Not A Pre-solicitation Notice Or Solicitation For Proposals/quotations. Pursuant To Far Part 10 (market Research), The Purpose Of This Notice Is To: (1) Determine If Sources Capable Of Satisfying The Agency's Requirements Exists, (2) Determine If Commercial Items/services Suitable To Meet The Agency's Needs Are Available Or Could Be Modified To Meet The Agency's Requirements, And (3) Determine The Commercial Practices Of Company's Engaged In Providing The Needed Service Or Supply. Pursuant To Far Part 6 And Far Part 19, Competition And Set-aside Decisions May Be Based On The Results Of This Market Research. This Notice In No Way Obligates The Government To Any Further Action. requirement: This Notice Is Issued By The U.s. Coast Guard (uscg), Surface Forces Logistics Center (sflc) Long Range Enforcer Product Line (lrepl), Baltimore Md To Identify Sources Capable Of Providing The Following: scope Of Work:the Uscg Anticipates Awarding A Contract For The 418‘maritime Security Cutter Large (wmsl) To Provide The Requirements For The Receipt, Inspection & Condition/test Reports, Refurbishment, Testing, Preservation, Packaging, Packing And Marking Of The Following: description: National Stock Number (nsn): Part Number: propulsion Shaft, Line 2010-01-555-7582 150110-02/kmw 150643a shaft, Stern Tube 2010-01-572-3915 150110-01/kwm 150642a propulsion Shaft, Tail 2010-01-555-5058 150108-01/kwm 150641a anticipated Period Of Performance:the Period Of Performance Is Anticipated To Be One Base Year Plus Four (4) Option Years, Estimated Between Fq3 And Fq4, Fy 2025. anticipated Naics Code/side Standard:the Applicable North American Industrial Classification Code (naics) Is 332999: All Other Miscellaneous Fabricated Metal Product Manufacturing. The Business Size Standard Is 750 Employees. submission Of Information:interested Parties Having The Capabilities Necessary To Meet Or Exceed The Stated Requirements Are Invited To Provide Information To Contribute To This Sources Sought Notice Including Commercial Market Information And Company Information. Companies May Respond To This Sources Sought Notice Via E-mail, With Subject Line: Wmsl 418’ Propulsion Shaft, Kiya Plummer-dantzler At Kiya.r.plummer-dantzler@uscg.mil And Richard Rawlings At Richard.n.rawlings@uscg.mil No Later Than The Date Identified Within This Notice With The Following Information/documentation: 1. Name Of Company, Address, And Unique Entity Identification Number (ueid) 2. Point Of Contact, E-mail Address, And Phone Number 3. Business Size And Applicable To The Naics Code A. 8(a) Small Business Concern B. Hubzone Small Business Concern C. Service-disabled Veteran-owned Small Business (sdvosb) Concern D. Veteran-owned Small Business (vosb) Concern E. Economically Disadvantaged Woman-owned Small Business (edwosb) Concern F. Woman-owned Small Business (wosb) Concern G. Small Business Concern H. Large Business Concern 4. Documentation Verifying Small Business Certification 5. Statement: Statement On How You Company Will Complete The Work Items And That Your Company Will Submit A Proposal Asa Prime Contractor If A Solicitation Is Issued As A Result Of This Sources Sought Notice. 6. Past Performance Information: Evidence Of Experience In Work In Similar In Type, Size, Scope, And Complexity To Includecontract Numbers, Project Titles, Dollar Amounts, And Point Of Contacts To Include E-mail Addresses And Telephone Numbers. Iftwo Companies Are Planning To Conduct Business And Submit An Offer As A Joint Venture Or Similar Type Of Teaming Agreement,they Are Requested To Provide Past Performance Information On Projects Of Similar Scope That They Have Performed Together Asa Joint Venture, If Available. Providing Individual Past Performance Documentation From Each Company On Separate Projectswhere The Two Did Not Work Together May Be Considered Less Relevant. sam: Interested Parties Should Register In The System For Award Management (sam), Formerly Known As Central Contractor Registration (ccr), As Prescribed In Far Subpart 4.1102(a). Sam Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling The Federal Service Desk (fsd) At 1-866-606-8220. disclaimer And Important Notes: This Sources Sought Notice Is For Market Research Purposes Only And Does Not Constitute A Request For Proposal/quotation; And, It Is Not Considered To Be A Commitment By The Government To Award A Contract Nor Will The Government Pay For Any Information Provided; No Basis For Claim Against The Government Shall Arise As A Result From A Response To This Sources Sought Notice Or Government Use Of Any Information Provided. Failure To Respond Or Submit Information In Sufficient Detail May Result In A Company Not Being Considered A Likely Offeror When Deciding On Whether Or How To Set Aside A Solicitation For Restricted Competition. Regardless Of The Information Obtained From This Sources Sought Notice, The Government Reserves The Right To Consider Any Arrangement As Deemed Appropriated For This Requirement. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response To This Sources Sought Notice. The Government Reserves The Right To Use Any Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate, Including Using Technical Information Provided By Respondents In Any Resultant Solicitation. Currently No Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. After A Review Of The Responses Received, A Pre-solicitation Notice And Solicitation May Be Published On The Sam.gov Website, Formerly Federal Business Opportunities (fedbizopps). It Is The Potential Offeror's Responsibility To Monitor The Sam.gov Website For Release Of Any Future Solicitation That May Result From This Sources Sought Notice. However, Responses To This Sources Sought Notice Will Not Be Considered Adequate Responses To Any Resultant Solicitation.
MUNICIPALITY OF LANTAPAN Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 3.8 Million (USD 65.5 K)
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Construction/improvement Of Multi-purpose Building At Bul-ogan Barangay Songco (1st Bid) 1. The Local Government Unit Of Lantapan, Through The 20% Local Fund Cy 2025 Intends To Apply The Three Million Eight Hundred Thirty Thousand Three Hundred Thirty-seven Pesos & 71/100 (php 3,830,337.71) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction/improvement Of Multi-purpose Building At Bul-ogan Barangay Songco Ib # 2024-12-090. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Completion Of The Works Required Is 151 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 To January 14, 2025 From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On January 2, 2025 At 1:00 P.m. At The Municipal Conference Room, Municipal Compound, Poblacion, Lantapan, Bukidnon Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Office At Municipal Conference Room, 2nd Floor Of Municipal Building, Municipal Compound, Poblacion, Lantapan, Bukidnon On Or Before 8:45 A.m. (philippine Standard Time) On January 14, 2025. 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 January 14, 2025 At 9:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Local Government Unit Of Lantapan 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. 12. For Further Information, Please Refer To: Jefer Mae B. Macana Bac Secretariat Bac Office, 2/f Municipal Hall Purok 6, Poblacion, Lantapan Bukidnon, Philippines Email Add: Lant.bacsec2024@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: December 20, 2024 Engr. Jessell S. Pacturan, C.e. Bac Chairperson Bill Of Quantities Reference No. : Ib # 2024-12-090 Name Of Project: Constuction/improvement Of Multi-purpose Building At Bul-ogan Barangay Songco Location: Songco, Lantapan, Bukidnon Abc: Php 3,830,337.71 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 Surplus Common Excavation Cu.m 81.50 2 Structure Excavation, Common Soil Cu.m 48.87 3 Embankment Cu.m 69.14 4 Gravil Fill Cu.m 8.34 5 Reinforcing Steel (deformed, Grade 40) Kg 2,961.28 6 Structural Concrete - Class A, 28 Days Cu.m 56.93 7 Non Loadbearing (including Reinforcement) 100mm Sq.m 179.20 8 Cement Plaster Finish Sq.m 79.68 9 Structural Steel (post, Girder, Stiffener, Trusses And Purlins) Kg 9,722.73 10 Metal Structure Accessories (turn Buckle And Anchor Bolts) Pc 92.00 11 Metal Structure Accessories (cross Bracing) Pc 16.00 12 Metal Structure Accessories (steel Plates) Pc 25.00 13 Metal Structure Accessories (sagrods) Pc 208.00 14 Metal Grating Lump Sum 1.00 15 Pre-painted Metal Sheet (dura Curve Rib Type, Long Span) Sq.m 522.72 16 Fabricated Metal Accessory (box Type Gutter And Facial Molding) Ln.m 48.00 17 Form Works & Scaffoldings Bd.ft 1,500.00 18 Painting Works Sq.m 79.68 Total Total Bid Price In Figure: _____________________________________ Total Bid Price In Words: ______________________________________________ Prepared And Submitted By: ____________________________________________
Municipality Of Caibiran, Biliran Tender
Automobiles and Auto Parts
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 256.4 K (USD 4.3 K)
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of The Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Acquisition Of Vehicle Parts & Accessories For Maintenance Location : Lgu, Caibiran, Biliran Delivery Period : 20 Days Abc : P256,450.00 Source Of Funds : Lce Capital 2025 All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Quantity Unit Item Description 1 1 Pc Accelerator 2 1 Pc Alternator Assembly 3 4 Pcs Battery 25mf Maintenance Free 4 1 Pc Battery 35mf Maintenance Free 5 2 Pcs Battery N70 Maintenance Free 6 4 Set Battery Terminal (positive/negative) Heavy Duty 7 20 Pcs Bolt For Backhoe 8 1 Pc Clutch Lining For Van 9 1 Pc Fuel Filter Primary Heavy 10 1 Pc Fuel Filter Secondary Heavy 11 1 Pc Fuel Filter For Van 12 1 Pc Fuel Filter 13 1 Pc Fuel Filter F5052 14 1 Pc Fuel Water Separator 15 3 Ltr Gasoline Engine Oil Synthetic 16 1 Ltr Gear Oil 90 Synthetic 17 1 Pc Hand Brake Cable 18 1 Set Handtaps 19 2 Pcs Hydraulic Fabricated Hose 20 3 Pail Hydraulic Oil # 10 21 7 Ltr Oil 40 Fully Synthetic 22 1 Pc Oil Filter 23 1 Pc Release Bearing 24 1 Pc Throttle Cable Backhoe 25 6 Pcs Tire 165/65 R13 Apv 26 2 Pcs Transmission Linkage 27 4 Pcs Wheel Cylinder Rubber Cap Advertisement : January 8, 2025 To January 15, 2025 Bid Evaluation : January 17, 2025 (10:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) 1. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 2. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 Until January 16, 2025, Except Holidays & Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos. [p500.00] 3. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 4. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Mun. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before January 17, 2025 At 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 5. Bid Evaluation Shall Be On January 17, 2025 At Exactly 10:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Lgu Caibiran Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. Checklist Of Eligibility Requirements For Goods Is Hereto Attached: First Envelope (technical Proposal) Note: All Document To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) Eligibility Requirements: Class A Documents 1. Philgeps Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A. Dti/sec/cda Registration B. Mayors Business Permit Or Its Equivalent Documents C. Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & Stamp Approved By The Bir D. Audited Financial Statement 2. Statement Of On-going Contracts 3. Statement Of Single Largest Completed Contract (slcc) 4. Nfcc Computation Of Committed Line Of Credit Class B Documents 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Ventures If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Production/delivery Schedule 4. Manpower Requirement 5. After-sales Services/parts, If Applicable 6. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. Second Envelope (financial Proposal) 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Certification If Claiming Preference As Domestic Bidder 3. Other Documents Required In The Bidding Documents Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid 2025philgeps005
U S COAST GUARD USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: This Is An Amended Sources Sought Notice / Request For Information Not A Pre-solicitation Notice Or Solicitation For Proposals/quotations. Pursuant To Far Part 10 (market Research), The Purpose Of This Notice Is To: (1) Determine If Sources Capable Of Satisfying The Agency's Requirements Exists, (2) Determine If Commercial Items/services Suitable To Meet The Agency's Needs Are Available Or Could Be Modified To Meet The Agency's Requirements, And (3) Determine The Commercial Practices Of Company's Engaged In Providing The Needed Service Or Supply. Pursuant To Far Part 6 And Far Part 19, Competition And Set-aside Decisions May Be Based On The Results Of This Market Research. This Notice In No Way Obligates The Government To Any Further Action. requirement: This Notice Is Issued By The U.s. Coast Guard (uscg), Surface Forces Logistics Center (sflc) Long Range Enforcer Product Line (lrepl), Baltimore Md To Identify Sources Capable Of Providing The Following: scope Of Work: The Uscg Anticipates Awarding A Contract For The 418‘maritime Security Cutter Large (wmsl) To Provide The Requirements For The Receipt, Inspection & Condition/test Reports, Refurbishment, Testing, Preservation, Packaging, Packing And Marking Of The Following: description: National Stock Number (nsn) Part Number: propulsion Shaft, Line 2010-01-555-7582 150110-02/mmw 150643a shaft, Stern Tube 2010-01-572-3915 150110-01/kwm 150642a proplusion Shaft, Tail 2010-01-555-5058 150108-01/kwm 150641a anticipated Period Of Performance: The Period Of Performance Is Anticipated To Be One Base Year Plus Four (4) Option Years, Estimated Between Fq3 And Fq4, Fy 2025. anticipated Naics Code/side Standard: The Applicable North American Industrial Classification Code (naics) Is 332999: All Other Miscellaneous Fabricated Metal Product Manufacturing. The Business Size Standard Is 750 Employees. Product Service Code: J030 - Maintenance, Repair, And Rebuilding Of Equipment - Mechanical Power Transmission Equipment. submission Of Information: Interested Parties Having The Capabilities Necessary To Meet Or Exceed The Stated Requirements Are Invited To Provide Information To Contribute To This Sources Sought Notice Including Commercial Market Information And Company Information. Companies May Respond To This Sources Sought Notice Via E-mail, With Subject Line: Wmsl 418’ Propulsion Shaft, Kiya Plummer-dantzler At Kiya.r.plummer-dantzler@uscg.mil And Richard Rawlings At Richard.n.rawlings@uscg.mil No Later Than The Date Identified Within This Notice With The Following Information/documentation: name Of Company, Address, And Unique Entity Identification Number (ueid) point Of Contact, E-mail Address, And Phone Number business Size And Applicable To The Naics Code 8(a) Small Business Concern hubzone Small Business Concern service-disabled Veteran-owned Small Business (sdvosb) Concern veteran-owned Small Business (vosb) Concern economically Disadvantaged Woman-owned Small Business (edwosb) Concern woman-owned Small Business (wosb) Concern small Business Concern large Business Concern documentation Verifying Small Business Certification statement: Statement On How You Company Will Complete The Work Items And That Your Company Will Submit A Proposal As A Prime Contractor If A Solicitation Is Issued As A Result Of This Sources Sought Notice. past Performance Information: Evidence Of Experience In Work In Similar In Type, Size, Scope, And Complexity To Include Contract Numbers, Project Titles, Dollar Amounts, And Point Of Contacts To Include E-mail Addresses And Telephone Numbers. If Two Companies Are Planning To Conduct Business And Submit An Offer As A Joint Venture Or Similar Type Of Teaming Agreement, They Are Requested To Provide Past Performance Information On Projects Of Similar Scope That They Have Performed Together As A Joint Venture, If Available. Providing Individual Past Performance Documentation From Each Company On Separate Projects Where The Two Did Not Work Together May Be Considered Less Relevant sam: Interested Parties Should Register In The System For Award Management (sam), Formerly Known As Central Contractor Registration (ccr), As Prescribed In Far Subpart 4.1102(a). Sam Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling The Federal Service Desk (fsd) At 1-866-606-8220. disclaimer And Important Notes: This Sources Sought Notice Is For Market Research Purposes Only And Does Not Constitute A Request For Proposal/quotation; And, It Is Not Considered To Be A Commitment By The Government To Award A Contract Nor Will The Government Pay For Any Information Provided; No Basis For Claim Against The Government Shall Arise As A Result From A Response To This Sources Sought Notice Or Government Use Of Any Information Provided. Failure To Respond Or Submit Information In Sufficient Detail May Result In A Company Not Being Considered A Likely Offeror When Deciding On Whether Or How To Set Aside A Solicitation For Restricted Competition. Regardless Of The Information Obtained From This Sources Sought Notice, The Government Reserves The Right To Consider Any Arrangement As Deemed Appropriated For This Requirement. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response To This Sources Sought Notice. The Government Reserves The Right To Use Any Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate, Including Using Technical Information Provided By Respondents In Any Resultant Solicitation. Currently No Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. After A Review Of The Responses Received, A Pre-solicitation Notice And Solicitation May Be Published On The Sam.gov Website, Formerly Federal Business Opportunities (fedbizopps). It Is The Potential Offeror's Responsibility To Monitor The Sam.gov Website For Release Of Any Future Solicitation That May Result From This Sources Sought Notice. However, Responses To This Sources Sought Notice Will Not Be Considered Adequate Responses To Any Resultant Solicitation.
3151-3160 of 3233 archived Tenders