Fabrication Tenders

Fabrication Tenders

Municipality Of La Trinidad, Benguet Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For The Improvement Of Day Care Centers 1. The Municipal Government Of La Trinidad, Through The General Fund 2024 Intends To Apply The Sum Of Four Hundred Ninety- Nine Thousand Nine Hundred Seventeen And 66/100 Pesos (php499,917.66) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Day Care Centers (pow-8751-2024-shn-03). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of La Trinidad, Benguet Now Invites Bids For The Project: Project Reference No.: Pow-8751-2024-shn-03 Name Of Project: Improvement Of Day Care Centers Project Location: Shontog, Shilan, La Trinidad, Benguet Contract Duration: 46 Calendar Days Source Of Fund: Gf 2024 Brief Description: Item Scope Of Work To Be Done B.5 Project Billboard/ Signboard B.7 (2) Occupational Safety And Health Program B.9 Mobilization/demobilization Spl 1 Site Works Spl 2 Wires And Wiring Devices Spl 3 Service Entrance And Kw-hr Metering 1001 (1)a 150mm-300mm Dia. Pvc Pipe, Series 600/ Series 1000 1001 (2) Pvc/hdpe Fittings 1002 (5) Water Closet/ Urinal With Complete Accessories 1003 (1) A 4.5mm Fiber Cement Board/4.5mm Marine Plywood/6mm Ordinary Plywood In Wood Framing Ceiling 1008 Aluminum Glass Window (sliding/ Casement/awning/fixed Type) 1010 (1) Frames (jambs, Sill, Head, Transoms And Mullions) 1010 (2)b Wooden Panel Door 1013 (2)c Fabricated Metal Roofing Accessory 1014 Prepainted Metal Sheets (corrugated, Short Span/long Span, Below 0.427 Thk/above 0.427 Thk) 1018 (1) Glazed Tiles And Trims 1027 Cement Plaster Finish 1032 (1)a Painting Works (masonry Painting) 1032 (1)b Painting Works (wood Painting) 1043 (1) Pvc Doors And Frames 1046 100mm Chb Non Load Bearing/ Load Bearing (including Reinforcing Steel) 1100 Junction/ Utility/pull/square Box 1101 Switches 1101a Single Convenience Outlet/ Receptacle, Grounding Type (gt)/ Heavy Duty Convenience Outlet/ Receptacle, Grounding Type (gt)/weather Proof Single Convenience Outlet/receptacle, Grounding Type (gt)/pop-up Type/ Floor Triplex Convenience Outlet/ Receptacle, Grounding Type (gt) 1101 (2) 150mm2- 250mm2 Electric Wire (tw/thhm/twhn2) 1102.1 Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50amp-200amp 1102.2 Nema (enclosed Circuit Breaker) Single Phase Or Three Phase Commercial/ Industrial Type 1103 (2) Fluorescent Lighting Fixture With Ballast/ Light Emitting Diode (led) Bulb, 1 Bulb 1103 (5) Down Light/pinlight Fixture With One- Compact Fluorescent Lamp (cfl) Or Led Bulb, 1 Bulb Equipment Requirement: 1 Unit Portable Concrete Breaker 1 Unit One-bagger Mixer 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 (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 Bids And Awards Committee Of The Municipal Government Of La Trinidad, Benguet And Inspect The Bidding Documents At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet From 8:00am To 5:00pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 – January 22, 2025 At Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (php500.00). It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) Website, Provided That Bidders Pay The Applicable Fee For The Bidding Documents No Later Than The Submission Of Their Bids. 6. The Municipal Government Of La Trinidad, Benguet Will Hold A Pre-bid Conference On (n/a) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet On Or Before January 22, 2025 At 9:00am. 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 15. 9. Bid Opening Shall Be On January 22, 2025 At 10:00am At The 2nd Floor Municipal Disaster Risk Reduction Office, Km. 5 Pico, La Trinidad, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of La Trinidad, Benguet Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Corazon A. Uyaan Head Bac Secretariat Bids And Awards Committee Office Municipal General Services Office-extension 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet Contact Nos.: 0969 – 334 – 9233 Or (074) 619-2103 E-mail Address: Bac01latrinidad@yahoo.com Approved: (sgd) Yoshio P. Labi Bac Chairperson Noted: (sgd) Romeo K. Salda Head Of The Procuring Entity
Closing Date22 Jan 2025
Tender AmountPHP 499.9 K (USD 8.5 K)

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n743.43|wwv|717-605-3992|noelle.m.smith10.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C & Section E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version (jun 2002)|8|x||x|||||| general Information-fob-destination|1|a| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|n50286|tbd|||n/a|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year|365 Days After The Last Delivery Under This Contract||||| warranty Of Data--basic (mar 2014)|2||| buy American --free Trade Agreements--balance Of Payments Program - Basic (jan2023))|3|||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (dec 2022))|3|||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| annual Representations And Certifications (mar 2023)|13|334513|500|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| the Small Business Set Aside Is Dissolved. the Hour And Date Specified For Receipt Of Offers Has Been Extended To 4:30pm Est On 8 January 2025. the Hour And Date Specified For Receipt Of Offers Has Been Extended To 4:30pm Est On 06 March 2024 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders, And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Deposited Inthe Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Here In. 3.the Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt final Delivery Of Material (186 Days) \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 1.1.1 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-std-1330 | | |e |220516|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-p-24212 | | |c |980421|a| 2| | document Ref Data=qpl 24212 | | |32 |060308|a| | | document Ref Data=mil-i-45208 | | |a |810724|a|1 | | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | 3. Requirements 3.1 ;the Transducer, Motional Must Be Manufactured In Accordance With Specification Mil-p-24212, Type Designation Pgt-gp-4500-g-4, Except As Amplified Or Modified Herein.; 3.1.1 ;each Transducer Must Be Furnished With A Receptacle Having Type Normal Keying In Accordance With Ms3102r14s-5p Vice Ms3102r14s-5px Specified By Mil-p-24212c Section 3.5.14.2.; 3.1.2 ;each Transducer Must Be Furnished With A Protective Plug In Lieu Of Mating Plug Specified By Mil-p-24212c Sections 3.5.14 And 3.5.14.2.; 3.2 Oxygen Cleaning - This Material Must Be Cleaned, Tested, Packaged & Labeled By Trained Personnel And Procedures In Accordance With Mil-std-1330, General. 3.3 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.4 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.4.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.4.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.4.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.4.4 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s). 3.5 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.6 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.6.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.6.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.6.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Deep Submergence Systems Program (dssp) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) prior To Award Of Any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At Navicp-mech May Request The Pco Waive This Requirement. 3.6.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.6.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.7 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved and Rejected And The Nature Of Corrective Action Taken As Appropriate. 3.7.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.7.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions provided By The Government Representative. 3.8 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured/performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization Of the Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. when The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of this Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract management Agency (dcma) Office. In The Event That A Local Government Representative Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.9 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.9.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.9.2 Inspection For Completeness And Proper Type. 3.9.3 Verification Of Material Quality Received. 3.9.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.9.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.9.6 Identification And Protection From Improper Use Or Disposition. 3.9.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.9.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.9.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.10 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Dssp Systems, It Is Imperative That Traceability Be Maintained From The Material To All Required Objective Quality Evidence (oqe). 3.10.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order. 3.11 Material Traceability - Traceability Markings Must Be Permanently Applied To The Material In Accordance With Mil-std-792 Or To A Tag Affixed To The Material, And Annotated On The Required Oqe. The Traceability Marking May Be Any Vendor Traceability number/code Which Provides Complete Traceability To The Required Oqe. Traceability Marking/identification May Include Such Items As Nomenclature, Part Number, Technical Description, National Stock Number (nsn), Etc. Traceability Must Be Maintained Through All process Operations Including Any Subcontracted Operations, To The Finished Component. 3.11.1 When Traceability Markings On The Material Would Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, an Appropriate Material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. the Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Material Or Loss Of Traceability. The Traceability Marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.11.2 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings On The Material, Purchase Or Work Orders Must Specify A method And Marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.12 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.12.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.12.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.12.3 All Oqe Required By The Contract And All Data Concerning Material Traceability (oqe To Traceability Marking) Must Be 100% Inspected. The Certification Test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.13 Test Certification - When Test Certifications Are Required Elsewhere In The Contract, Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" are Not Acceptable. 3.13.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.14 See Cdrl Di-ndti-80603a - Cleaning - Prior To Performing Any Cleaning, The Applicable Cleaning Procedure Must Be Submitted For Review And Approval. If The Contractor's Cleaning Procedure Has Previously Been Approved By Navsea For This Or Other contracts, A Copy Of The Original Approval Letter Must Be Submitted In Lieu Of The Actual Procedure. 3.14.1 When Cleaning Is Performed By A Subcontractor, The Requirements For Submission Of All Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.15 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address, Phone Number And Date. 2. The Contract/purchase Order Number (i.e. N00104-11-p-fa12). 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (i.e. 1h 4820 012345678 D4) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds. ("n/a" When Not Applicable). 5. Cure Date ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement For Any Hull, Mechanical And Electrical (hm&e) Testing Required That Include The Name Of The Test And That It Was Performed Satisfactorily. If No Hm&e Testing Is Required, The Statement Should Read "hull, Mechanical And Electrical (hm&e) Testing n/a." 9. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements. 10. Contractor's Or Authorized Personnel's Signature. 3.15.1 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, S-5343934-3, Or Dry Deck Shelter Specification S-5486639-1, The Certificate Of Compliance Must Also Include The Information Below: 11. A Notation That 32 Root Mean Square (rms) Finishes Are In Accordance With The Specifications And Are Free Of Imperfections. 12. Direct Reading Of O-ring Surface Diameters With Specified Standard. 3.15.2 For Self-locking Hex Nuts Procured To Nasm 25027, The Certificate Of Compliance Must Also Include The Information Below: 13. A Statement To The Effect That Qualification Testing In Accordance With Nasm 25027 Paragraph 3.2 Is Satisfactorily Performed. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - May 14 2008 - Mil-std-1330 Cleaning Procedures Required - Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 12 - Within 60 Days After Contract Award And Prior To Performing Any Cleaning, Submit One Copy To The Pco. note: If This Procedure Has Been Previously Approved By Navsea, Submittal Of The Original Approval Letter In Lieu Of The Procedure Is Acceptable. the Review (approval/disapproval) Must Be Within 60 Days From Date Of Receipt.
Closing Date8 Jan 2025
Tender AmountRefer Documents 

MISSILE DEFENSE AGENCY MDA USA Tender

Aerospace and Defence
United States
Details: Missile Defense Agency (mda) An/tpy-2 Radar Program Request For Information naics: 334511 psc: Ac25 agency: Other Defense Agencies office: Missile Defense Agency location: Mda-sna solicitation Number: N/a reference-number: 24-mda-11952 notice Id: Mda25snrfi02 distribution Statement A. Approved For Public Release; Distribution Is Unlimited. approved For Public Release: 5-nov 2024 i. Description a. An/tpy-2 Description: the Missile Defense Agency’s Ground Sensors Directorate (mda/sn) Is Conducting Market Research To Determine Industry Interest And Capability To Support Future Requirements For Its Army Navy/transportable Radar Surveillance And Control Model-2 (an/tpy-2). the Requirements Include Hardware And Software Development Development (to Include Radar Modeling And Simulation); Production Of Components, Spares, Fleet Refurbishment, And Capability Upgrades; And Operations And Sustainment Of An/tpy-2 Radars. Responses To This Request For Information (rfi) May Address All Or Part Of These Requirements. The Government Invites Industry To Provide Feedback On Contracting Strategy For The Requirements To Include Combination Of Requirements, Contract Type, And Areas That Would Be Accomplished Well Through Small Business Set Aside Versus Full And Open Competition. this Rfi Is Issued Solely For Information And Planning Purposes – It Does Not Constitute A Request For Proposal (rfp) Or Promise To Issue An Rfp In The Future. This Rfi Does Not Commit The Government To Establish A Contract For Any Of The Requirements. Further, Mda Is Not Seeking Proposal Nor Will It Accept Proposals. All Costs Associated With Responding To This Rfi Will Be Solely At The Respondent’s Expense. Participation In Future Agency Transactions And Procurement Opportunities Is Not Contingent On Responding To This Rfi. Mda Will Not Provide Feedback For Any Submission. ii. An/tpy-2 Radar Major Requirement Area Descriptions a. Development 1. Software Maintenance current Software Primarily Developed In Ada Language 2. Software Upgrades open Architecture To Accommodate Integration Of 3rd Part Algorithms modular Design new Capability Development acquisition tracking discrimination debris Mitigation electronic Protection post-intercept Assessment fault Tolerance active Bias Monitoring And Reporting radar Integrated Satellite Monitoring And Calibration space Situational Awareness/space Domain Awareness target Object Map raid Handling long Range High Sensitivity low And High Elevation full Azimuth Coverage 3. Hardware Upgrades digital Receiver/exciter (drex) wideband Digital Signal Processing arbitrary Waveform Generator digital Array Architecture Upgrades To The An/tpy-2 Antenna Equipment Unit additional Distributed, Passive Or Active Phased Array Panels To Support Mission Objectives Against Advanced Threats. Performance Information Is Desired For These Potential Upgrades. 4. Architecture To Optimize Performance On An X86-based Supercomputer And The Implementation Of A Drex performance Improvements, Including, But Not Limited To, Analysis And Implementation Of Parallel Processing, Multicore Computing, Field Programmable Gated Arrays, And Advanced Real-time Processing Capabilities re-architecture Including, But Not Limited To, Analysis And Implementation Of Secure Server Configurations Eliminating, Mitigating, And Limiting Cyber Vulnerabilities 5. System Engineering support Software, Software Databases, And Hardware Upgrades Including New Functionality And Evolving Threats. systems Engineering Includes Configuration Management, Requirements Development And Analysis, Software Capabilities Performance Assessment, Qualification, Formal Test, And Requirements Verification. Systems Engineering Support Is Also Required To: support Radar System Integration And Test With The Terminal High Altitude Area Defense (thaad) Weapon System At The Prime Contractor’s System Integration Laboratory (sil) For Development And Flight Test Activities support Radar System Integration And Test With Command, Control, Battle Management & Communication (c2bmc) Weapon System At The Prime Contractor’s Sil For Development And Flight Test Activities. support United States Government (usg) And Foreign Military Sales (fms) Development And Support Efforts. support Software And Hardware Engineering Technical Reviews Via Incremental Development Such As Agile Methodologies. adhere To Guidance And Develop Program Documentation Including But Not Limited To Management Plans, Quality, Safety, Security, Reliability, Risk, Program Protection, Cybersecurity, Integration, Interoperability, Capability Roadmaps, Concept Of Operations (conops), Trade Studies, Cost, Schedule And Performance, Working Groups, Contract Execution, Development Oversight, And Reporting. develop And Maintain Operation Mission Plans/profiles (omps) Across Several Geographical Locations. flight And Ground Test Planning, Execution, And Analysis. software Engineering Releases (er), Formal Releases (fr), And Maintenance Releases (mr) To Support Material Release Of Capabilities For Technical Capability Declaration (tcd) And Operational Capability Baseline (ocb) Concurrence. support Radar Software Independent Verification And Validation (iv&v) At The Government’s Software Engineering Directorate (sed). 6. Engineering Support facilitate Maintenance Efforts Which May Include But Are Not Limited To: trade Studies hardware Obsolescence Studies hardware Redesign technology Insertion refurbishment Efforts. 7. Modeling And Simulation systems Engineering, Development, Maintenance, Test, Verification And Validation Of Real-time And Non-real-time Digital End-to-end Radar Models And Real-time Hwil Radar Driver For An/tpy-2. digital Radar Models And Hwil Driver Should Accurately Simulate And/or Stimulate Tactical An/tpy-2, While Maintaining The Fidelity Of Complex Radar Scenes Presented To The Model And Simulation. Complex Radar Scenes Typically Include Simple And Advanced Threats Comprised Of Multiple Objects And Scatterers, And The Effects As They Propagate Through An Air Picture. The Air Picture Captures Weather, Environmental, And Other Effects. Examples Include But Are Not Limited To Precipitation, Sky Noise, Tropospheric Effects, And Intercept Debris. Complex Radar Scenes May Also Incorporate Electronic Attack. model Development, Verification, Validation, And Accreditation Must Support Tactical Development, Test And Fielding In Accordance With The Mda Phased Implementation Plan And Integrated Master Test Plan. hwil Radar Drivers, Aligned To Tactical Radar Capabilities, Are Required For Development And Testing Of The Radar Software, And Are Required Early In The Radar Software Development Timeline Due To Increasingly Complex Radar Capabilities. Therefore, Hwil Radar Drivers Must Be Developed As Part Of The Agile Radar Development Cycle To More Closely Coordinate With Radar Development Efforts, And Must Be Integrated With The Hwil Radar Representation As Part Of The Development Cycle. due To Increasing Stakeholder Needs For Digital Radar Models Early In The Radar Software Development Cycle, Digital Radar Models, With Capabilities Aligned To Tactical Radar Software Releases, Are Required Along The Same Timeline As Radar Software Releases, To Include Radar Software Engineering Releases And Formal Releases. Therefore, Digital End-to-end Radar Models Should Utilize Wrapped Tactical Code (wtc) Methodology, As Applicable, Using Radar Software Source Code With Appropriate Interfaces To Operate In Both Real-time And Non-real-time As Either Standalone Models Or As Part Of Integrated System Simulations Such As End-to-end Digital Integrated System Simulation (ediss). models And Simulations Should Implement Tactical Messages And Interfaces That Integrate Into Interoperable Frameworks Such As The Osf For Ground Test Integrated System Simulation (gtiss) And Ediss. integration Of Digital Radar Models And Hwil Radar Drivers With Simulation Frameworks Such As The Osf For Gtiss And Ediss. maintenance And Test Of Cots Hardware Used By Digital Radar Models And Hwil Radar Drivers To Ensure Models Meet Cybersecurity And Performance Requirements Needed To Satisfy Intended Use Cases. development And Maintenance Of Current Applicable Cybersecurity Documentation For Each Radar Model In Order To Support Risk Management Framework (rmf) Authorization. Implement Applicable Cybersecurity Requirements And Solutions Into System Development Life Cycle (sdlc). development Of Rmf Package And Support Cybersecurity And Software Assurance (swa) Requirements And Activities For Each Radar Model. Provide Rmf Continuous Monitoring. development And Maintenance Of Radar Model Training Materials. Conduct As Needed, Hands-on Training To End-users And Stakeholders. support For Use Of Models And Simulations In Events, Including But Not Limited To The Following: performance Assessment warfighter Exercises And Training element Development And Verification tactical Software Verification Testing ground Test (gt) integrated Ground Test (gti) distributed Ground Test (gtd) continuous Digital Assessment (cda) tactical Evaluation tactical Performance Verification test And Operational Mission Plan Analysis & Development pairwise Testing flight Test Pre-mission Testing flight Test Spmt flight Test Element Pre-mission Analysis post-flight Reconstruction (pfr) And Satellite-pass Reconstruction system Post-flight Reconstruction (spfr) For Validation & Anchoring element Post-flight Reconstruction (epfr) For Validation & Anchoring continuous Development And Integration (cdi) And Opportunistic Test system Federated Verification Event (sfve) special Studies live And Hwil Events For Data Collection To Support Radar Fielding Decisions b. Production 1. Production Components hardware Production, Integration, Test, And Delivery Of Components And End Items To Mitigate Obsolescence, Increase End Item Quantities, And Provision Spares. Components And End Items Include, But Are Not Limited To: spares For Radar Components (including Gallium Nitride (gan) Transmit Receive Integrated Microwave Modules (trimms)) digital Receiver/exciter (drex) Upgrade Kits advanced Signal Processing Server/network Kits With Interconnection Kits an/tpy-2 Cooling Equipment Unit (ceu) Upgrade Kits baseline Upgrade: Heat Exchangers, Motor Controllers, And Associated Hardware an/tpy-2 Antenna Equipment Units (aeu) baseline Upgrade: Control Panel, Variable Frequency Drives, And Associated Hardware ac/dc Converters 2. Engineering Support maintenance And Sustainment Efforts Which Include, But Are Not Limited To: trade Studies hardware Obsolescence Studies hardware Redesign technology Insertion refurbishment Efforts 3. Systems Engineering redesign For Out-of-production Mitigation, Fabrication, Integration, Test (design Verification, Qualification, And Acceptance) Evaluation, Documentation, And Delivery Of Radar Hardware. Systems Engineering Includes Cost, Schedule, Technical, Performance, And Reliability Risk Management Processes To Mitigate Program And Schedule Risk. 4. Program Support configuration Management quality Assurance operations And Program Security Requirements missile Defense Agency Assurance Provisions (map) And Parts, Materials, And Processes Mission Assurance Plan (pmap); And Safety manufacturing Qualification Processes 5. Integrated Logistics component, Part, And End Item Marking And Tracking component And End Item Integration, Calibration, And Acceptance Testing sparing Strategy Development, Spare Production, And Spare Delivery management And Tracking Of Government Furnished Equipment/material 6. Program Management integrated Approach To Monitoring And Reporting Cost, Schedule, And Fiscal Status technical Reviews/technical Interchange Meetings integrated Product Team Organization, Inclusive Of Government Participation 7. Test Functions activities Necessary To Confirm Component And End Item Performance In Accordance With Requirements. Tests May Be Conducted At Government Owned Ranges And Test Facilities, In Addition To Contractor Owned Facilities. Tasks Are Conducted In Accordance With Department Of Defense And Other Government Regulatory Guidance. c. Operations And Sustainment 1. Radar Operation And Maintenance Support (at Multiple Sites) diagnose Hardware And Software Failures provide Software And Hardware Maintenance As Primary Maintainer For All Levels Of Maintenance 2. Radar Logistics Support establishment And Maintenance Of Permanently Deployed Site Support Team At Oconus Locations establishment And Maintenance Of Deployable Site Support Team At Conus Locations line Replaceable Unit (lru) Repair And Return provide Subject Matter Expertise (sme) To Depot When Required For Mei Refurbishments inventory Control And Management spares Management logistics Operations training Development And Delivery For Soldiers And Contractor Personnel world-wide Deployment, Transportation Coordination, Set-up, And Tear-down Of The An/tpy-2 Radar Fleet (both Forward-based And Terminal High Altitude Area Defense (thaad) Radars) 3. Sustaining Engineering support For All An/tpy-2 Radars To Facilitate Maintenance Efforts, Which May Include But Are Not Limited To Trade Studies And Analysis, Hardware Obsolescence Studies, Hardware Redesign, Technology Insertion, And Refurbishment Efforts. engineering Analysis And Studies sustainment Of Legacy Software Builds failure Review And Corrective Action System (fracas) mission Assurance/quality Support obsolescence Management obsolescence Forecasting obsolescence Mitigation Recommendations obsolescence Redesigns As Required fleet Retrofits As Required iii. Instructions For Submission a. Deadline respondents To This Rfi Are Invited To Prepare And Submit Responses, No Later Than 60 Calendar Days From The Release Date Of This Rfi. The Government Does Not Intend To Extend This Due Date. b. Required Documents 1. Executive Summary executive Summary (not To Exceed 5 Pages Or Slides, Excluding 1.d. Below) That Includes: a. A Summary Matrix Indicating Interest In Competing For One Or More Requirement Area Listed Above. b. Indication If The Respondent Possesses A Facility Clearance And To What Level. c. Descriptive Data: i. Company Name ii. Specify If Us Or Foreign Owned iii. Point Of Contact (poc) iv. Poc Address v. Poc Telephone And Fax Numbers vi. Poc E-mail Address vii. Duns Number viii. Cage Code And/or Tax Id Number ix. Business Size Standard And Applicable Naics Codes x. Socio-economic Category, If Applicable (e.g. Woman-owned Small Business, Hubzone Small Business; Etc.) d. Indicate Whether Government Furnished Technical Data Would Be Required In Order To Facilitate The Execution Of The Capabilities Identified In Response To This Rfi. List And Describe This Data (does Not Count Toward Page Limit For Executive Summary) e. Indicate Whether The Respondent Is Currently Performing As A Mda Teams Or Teams-next Prime Or Subcontractor (include Contract Name (s) And Number (s)). f. Recommend Break Out Of For Requirement Areas And Areas That Could Be Set-aside For Small Business g. Provide Existing Multiple Award Schedule (mas) Or Other Government-wide Requirement To Be Evaluated As A Possible Acquisition Strategy h. Provide Feedback Regarding Consolidation Or Break-out Of Requirements, Contract Type, And Areas That Would Be Accomplished Well Through Small Business Set Aside Versus Full And Open Competition. 2. White Paper for Each Major Requirement Area Identified Above In Which The Respondent Expresses Capability/interest, Submit A White Paper (not To Exceed 10 Pages) That Discusses Capabilities, Recommended Alternatives, Associated Non-recurring Engineering Costs, And Associated Risks And Mitigation Strategies. Note: Risk Mitigation Strategies Should Address: i. Development Or Improvement Of X-band Radar Capabilities And Hardware Including Experience, Manufacturing Processes, Integration Approaches, And Testing. ii. Production Of An/tpy-2 Radar System Components. Mitigation Of Any Production Learning Curve Impacts (trained Personnel, Maintenance, And Situational Awareness, Etc.). iii. Failure Examination And Root Cause Analysis Of Failed Weapon System Components. iv. Development Of Tactically-aligned An/tpy-2 Models On The Timeline Required v. Mitigation Of Any M&s Learning Curve Impacts 3. Capability Brief for Each Major Requirement Area Identified Above In Which The Respondent Expresses Capability/interest, Submit A Capability Brief Discussing (not To Exceed 30 Slides) The Respondent’s Capabilities To Perform The Requirement Area(s) Identified Above And Relevant Experience. The Brief Should Include: i. A Schedule Estimate Highlighting Initial Capability Delivery/availability. ii. If Your Response Addresses A Subset Of A Requirement Area Identified In The Executive Summary Versus The Entire Requirement, Address How Any Seams/gaps Would Be Mitigated. iii. Description Of Any Experience With Mda Mission Assurance Provisions (map) And Parts, Materials And Processes (pmp) Compliance. iv. Description Of Any Experience With Configuration Management Processes And Tools During Development And Production. v. Identification Of Any Software Capability Maturity Model Integration (cmmi) Designations 4. Data Requirements provide A Detailed List And Description Of Documentation Requirements For A Technical Library To Support Your Development Of A Future Competitive Proposal, Organized By Requirements Area Identified Above, Should Mda Compete Any Or All Of These Requirements. No Government Information Will Be Supplied In Conjunction With This Request For Information. 5. Small Business Considerations because One Objective Of This Rfi Is To Determine The Capability Of Small Business To Meet The Requirements Contained Herein, And To Inform The Acquisition Strategy With Regard To Setting Aside Any Future Acquisition For Small Businesses, Small Businesses Are Encouraged To Respond To This Request For Information For Those Areas Of The Listed Requirement In Which They Have An Interest. Mda Request The Following Information: the Prime Small Business Contractor Responding To This Rfi Must Include Their Past Experience In Managing Subcontractors On Similar Requirements, And If Applicable, Include Subcontractor Or Teaming Partners’ Past Experience Applicable To Requirements Specified In This Rfi. responsible Small Businesses Planning Teaming Arrangements To Meet The Support Requirements Listed Above Are Expected To Articulate The Portions Of Work That The Prime Small Business Intends To Perform As Well As Articulate The Portions That Subcontractors Or Teaming Partners (if Applicable) Will Perform. Responses Must Include Business Size And Business Socio-economic Category Of All Subcontractors Or Teaming Partners Identified To Perform Work Associated With The Naics For This Rfi. c. Additional Information proprietary Information Is Neither Sought Nor Desired By Mda. If Such Information Is Submitted, It Must Clearly Be Marked "proprietary" On Every Sheet Containing Such Information, And The Proprietary Information Must Be Segregated To The Maximum Extent Practicable From Other Portions Of The Response (e.g., Use An Attachment Or Exhibit). Respondents Are Responsible For Adequately Marking Propriety Information Contained In Their Response. The Government Intends To Use Third Party, Non-government (contractor) Support Personnel As Subject Matter Experts In The Review Of Responses Received, Including The Review Of Any Marked Or Unmarked Proprietary Information Provided. Appropriate Non-disclosure Agreements Have Been Executed Between The Third Party, Non-government (contractor) Support Personnel And The Government And Are On File With The Government. A Submission Of A Response To This Rfi Constitutes The Respondent’s Acknowledgement And Agreement That The Information Provided In The Response, Including Any Marked Or Unmarked Proprietary Or Source Selection Information, May Be Disclosed To These Third Party, Non-government (contractor) Support Personnel. d. Point Of Contact For Submissions questions Regarding This Announcement Shall Be Submitted In Writing By E-mail To The Contracting Officer. Submit All Questions No Later Than 30 Calendar Days From The Release Date Of This Rfi. Although The Government Will Attempt To Answer All Questions Submitted, The Government Is Under No Obligation To Answer Any Questions Submitted After 30 Calendar Days From The Release Date Of This Rfi. Verbal Questions Will Not Be Accepted. all Non-proprietary Questions And Answers Will Be Distributed Via E-mail To All Respondents. Validated Proprietary Questions And Answers Will Be Addressed With Individual Companies And Will Not Be Distributed Via E-mail. based On The Responses From Industry, Industry Days And One-on-ones May Be Scheduled In The Future. contracting Office Address: missile Defense Agency, Mda/snk building 5224, Martin Rd, Attn: Vbiii redstone Arsenal, Al, 35898, United States primary Point Of Contact: john Michael, Procuring Contracting Officer, Ground Sensors Contracts email: John.michael@mda.mil secondary Point Of Contact: kimberly Black, Procuring Contracting Officer, Ground Sensors Contracts email: Kimberly.black@mda.mil
Closing Date7 Jan 2025
Tender AmountRefer Documents 

City Of Dumaguete Tender

Automobiles and Auto Parts
Philippines
Details: Description Invitation To Bid For The Purchase Of 1 Unit Brand New Ambulance Vehicle The City Of Dumaguete Thru Its Bids And Awards Committee (bac), Invites All Interested Manufacturers, Suppliers, Dealers And/or Distributors To Apply For Eligibility And To Submit Bids For The Supply Of: 1. 1 Unit Brand New Ambulance Vehicle, P2,420,000.00 -high Roof Level Type; Driven By Four (4) Cylinder, 16 Valve, Variable Turbo Charger, 5-speed Manual Transmission; At Least 2,488 Cc Piston Displacement At Least 195r15c Tire Size With Spare Tire; At Least 65 Liters Fuel Tank Capacity; Diesel Fuel Type; At Least 129/3200rpm Maximum Power; Dimensions Of At Least: Seating Capacity: 8 Pax. -with Ambulance Conversion Of At Least: One (1) Unit Fire Extinguisher 2.2 Kg Capacity With Holder, One (1) Set Fabricated Ceiling To Floor Cabinet With First Aid Kit; One (1) Unit Led Light Bar, Strobe Lights (green And Red); One (1) Unit Siren With Speaker And Pa System, One (1) Unit Digital Clock; One (1) Pc. Flashlight Led; Four (4) Pcs. Led Room Lights; One (1) Pc. Power Inverter 2,000 To 3,000 Watts, One (1) Set Negative Pressure System; One (1) Unit Stretcher Ramp; One (1) Lot Tint; One (1) Set Grab Hand Rail Stainless; One (1) Set Overhead Grab Rail (ceiling Type); One (1) Unit 220 V Power Outlet; One (1) Set Aluminum Flooring; Two (2) Modified Seats (front And Side); One (1) Set Acrylic Division With Window (duco Finish); One (1) Lot Reflectorized Ambulance Stickers; One (1) Pc Iv Hook Holder Stainless. -with Medical Equipment/devices Of At Least: Three (3) Pcs Oxygen Masks (for Newborn, Infant, And Adult), One (1) Unit Rigid Cervical Collars; One (1) Unit Thermometer Infrared; One (1) Unit Collapsible Stretcher With Side Rails, Cushion, Wheels & Lock; One (1) Unit Ambubag With Manual Resuscitator; One (1) Set Oxygen Tank (20lbs.) With Regulator And Dehumidifier; One (1) Set Oxygen Tank (5lbs.); One (1) Unit Pulse Oximeter; One (1) Unit Head Immobilizer; One (1) Unit Bp Apparatus-aneroid Type With Standard Stethoscope. Terms Of Reference A. The Unit Shall Be Delivered By The Supplier At City Hall Compound – Dumaguete City Within Thirty (30) Days After The Notice To Proceed. B. Supplier Should Have An Authorized Repair Bay / Automotive Shop (with Qualified Mechanics) Either In Dumaguete City, Sibulan, Bacong Or Valencia. C. Bidders Should Specify The Brand Of Their Offer And Submit A Picture Or Brochure Of Their Offered Equipment In A Class A Envelope During Submission Of Bids. D. Warranty Period (for Parts And Repair Services) Of At Least Three (3) Years Or 100,000 Kms (whichever Comes First) And One (1) Year Gsis Comprehensive Insurance; E. Certification From Supplier Certifying That The Processing Of Vehicle Insurance & Lto Registration Is Undergoing. F. Submit Lists Of Accessories Not Provided In The Brochure. Purpose: For Ambulance Transportation In Cases Of Emergency For Residents Of Dumaguete Approved Budget For The Contract: Php 2,420,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Of Dumaguete Now Invites Bids For 1 Unit Brand New Ambulance Vehicle For Ambulance Transportation In Cases Of Emergency For Residents Of Dumaguete. Bidders Should Have Completed And/or Accepted, Within 3 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 Section Ii, Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary Pass/fail Criteria As Specified In The Implementing Rules And Regulations Part A (irr-a) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty(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 Must Secure Eligibility Requirements And Bid Documents From The Secretariat, Bids And Awards Committee, Office On General Services, City Hall Compound, Dumaguete City. For More Information, Contact The Bids And Awards Committee Secretariat, Office Of General Services, City Hall Compound, Dumaguete City, Tel. No. (035) 522-4756. A Complete Set Of Bidding Documents May Be Purchase By Interested Bidders From December 02, 2024 To January 2, 2025 From Address Above And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P5,000.00. The Schedule Of Activities Is As Follows: 1. Issuance Of Bid Documents December 02, 2024 2. Pre-bid Conference December 17, 2024, 10:00 A.m. 3. Submission And Opening Of Bids January 2, 2025, 10:00 A.m. Sealed Bids/proposals Will Be Received At The Office Of General Services, City Hall Compound, Dumaguete City Not Later Than January 2, 2025 And Bid Opening Shall Be On Tuesday, December 10, 2024 At 10:00 (ten O’clock) In The Morning At The Office On General Services, City Hall Compound, Bids Will Be Opened In The Presence Of The Bidders Or Representatives Who Choose To Attend. Late Bids Shall Not Be Accepted. Prospective Bidders Must Not Be Related To The Head Of The Procuring Entity Or Any Member Of The Bids And Awards Committee Or Its Secretariat Either By Consanguinity Or Affinity Up To The Third Civil Degree. All Bids Shall Be Accompanied By A Bid Security Payable To The City Of Dumaguete In Any Of The Acceptable Forms And In The Amount Stated In Sec. 27 Of Ra 9184. The Same Shall Guarantee That, After Receipt Of The Notice Of Award, The Winning Bidder Shall Enter Into Contract With The City Of Dumaguete Within Ten (10) Calendar Days. Copies Of This Invitation Are Posted At The Gso Bulletin Board, Dumaguete Public Market Complex, Province Of Negros Oriental General Services Office Bulletin Board, Philgeps And Dumaguete City Engineer's Office Bulletin Board. The Bids And Awards Committee Reserves The Right To 1) Reject Any Or All Bids, 2) Waive Any Defects Or Informalities Therein, 3) Or Accept Any Bids/ Or Offer/s Which It May Consider To Be Most Advantageous And Beneficial To The Government 4) To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Dumaguete City, November 29, 2024. Atty. Camelo D. Pidor, Jr. Chairman
Closing Date2 Jan 2025
Tender AmountPHP 2.4 Million (USD 41.7 K)

Oriental Mindoro Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For Construction Of Multi-purpose Building (convention Center) At Bulalacao, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The Sb No. 2 - 20% Df 2024 Intends To Apply The Sum Of Nineteen Million Nine Hundred Eighty Nine Thousand Four Hundred Ninety Five Pesos And 48/100 (php 19,989,495.48) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “construction Of Multi-purpose Building (convention Center) At Bulalacao, Oriental Mindoro (ib No. Cw-2025-006)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 250 Calendar Days. Bidders Should Have A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Item No. Description Qty/unit B.5 A.1.1(3) B.3 B.7 (1) 803(1)a 804(1)a 804(1)b 804(4) 900(1)c2 900(1)c3 900(1)c4 900(1)c5 & C6 902(1)a 902(1)b 903(2) 1046 (2) A1 1046 (2) A1 1027 (1) 1032(1)c 1013(2)a2 & 1013(2)b1 1014)1)b2 1047(2)a 1047 (2) B 1047(10) 1001(10) 1002(24) 1001(11) 1100 (10) 1101(33) 1102(1) Project Billboard/sign Board Construction Of Field Office For The Engineer Permits And Clearances Occupational Safety And Health Program Structure Excavation (common Soil) Embankment From Structure Excavation Embankment From Borrow Gravel Fill Structural Concrete (footing And Slab On Fill), Class A, 28 Days Structural Concrete (footing Tie Beam), Class A, 28 Days Structural Concrete (column), Class A, 28 Days Structural Concrete (suspended Slab, Beams/girders), Class A, 28 Days Reinforcing Steel (deformed), Grade 40 Reinforcing Steel (deformed), Grade 60 Formworks And Falseworks 100mm Chb Non-load Bearing (including Reinforcing Steel) 150mm Chb Non-load Bearing (including Reinforcing Steel) Cement Plaster Finish Painting Works, Steel Fabricated Metal Roofing Accessory Prepainted Metal Sheets, Long Span, Above 0.427mm, Rib Type Structural Steel, Trusses Structural Steel Purlins Metal Structure Accessories Pipes W/ Fittings Connection Cold Water Lines Septic Vault (concrete/chb) Conduits, Boxes & Fittings (conduit Works/conduit Rough In) Wire & Wiring Devices Panel Board W/ Main & Branch Breakers 1.00 Ea 1.00 L.s 1.00 L.s. 8.33 Mo. 506.57 M3 506.57 M3 547.20 M3 123.22 M3 210.38 M3 26.88 M3 133.42 M3 84.70 M3 23,561.94 Kg 37,791.79 Kg 2,338.67 M2 533.53 M2 1,206.79 M2 3,336.94 M2 1,560.04 M2 272.90 M 1,140.56 M2 18,777.60 Kg 5,844.18 Kg 1.00 I.s 186.00 M 1.00 I.s 1.00 L.s. 1.00 I.s. 1.00 I.s. 1.00 I.s. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. The Pgom Will Hold A Pre-procurement Conference On January 10, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025 To February 03, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (php 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Pgom Will Hold A Pre-bid Conference On January 20, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 03, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 03, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 10. The Pgom Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camimil, Calapan City, Oriental Mindoro (january 20, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date3 Feb 2025
Tender AmountPHP 19.9 Million (USD 341.9 K)

Oriental Mindoro Tender

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

DEPT OF THE NAVY USA Tender

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

Municipality Of Kauswagan, Lanao Del Norte Tender

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

Oriental Mindoro Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For Construction Of Senior Citizen’s Building At Victoria, Roxas, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 20% Df 2025 Intends To Apply The Sum Of One Million Five Hundred Ninety Seven Thousand Five Hundred Eighty Eight Pesos And 20/100 (php 1,597,588.20) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “construction Of Senior Citizen’s Building At Victoria, Roxas, Oriental Mindoro (ib No. Cw-2025-020)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 63 Calendar Days. Bidders Should Have A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Item No. Description Qty/unit B.3 B.5 800(1) 803(1)a 804(1)b 804(4) 900(1)c2 900(1)c3 900(1)c4 900(1)c6 902(1)a 903(2) 1046 (2) A1 1004(2) 1008(2) 1010(2)a 1010(2)b Spl 1003(1)a1 1018(5) 1018(2) 1027 (1) 1051(6) Spl-2 1005(6) 1032(1)a 1032(1)b 1032 (1) C 1032 (2) 1013(2)a2 & 1013(2)b1 1014)1)b2 1047(2)a 1047 (2) B 1047(10) 1001(10) & 1002(24) 1002(4) 1001(11) 1100 (10) 1101(33) 1102 (1) 1103(1 Permits And Clearances Project Billboard/ Sign Board Clearing And Grubbing Structure Excavation (common Soil) Embankment From Borrow Gravel Fill Structural Concrete (footing And Slab On Fill), Class A, 28 Days Structural Concrete (footing Tie Beam), Class A, 28 Days Structural Concrete (column), Class A, 28 Days Structural Concrete (beams/girders), Class A, 28 Days Reinforcing Steel (deformed), Grade 40 Formworks And Falseworks 100mm Chb Non-load Bearing (including Reinforcing Steel) Finishing Hardwares Aluminum Glass Windows Wooden Flush Door Wooden Panel Door Aluminum Doors 4.5mm Fiber Cement Board Ceiling On Metal Frame Ceiling Glazed Tiles Unglazed Tiles Cement Plaster Finish Railings Concrete Signage Window Accessory Painting Works, Masonry, Concrete & Ceiling Painting Works, (wood Painting) Painting Works, Steel Varnishing Works Fabricated Metal Roofing Accessory Prepainted Metal Sheets, Long Span, Above 0.427mm, Rib Type Structural Steel, Trusses Structural Steel Purlins Metal Structure Accessories Pipes With Fittings Connection & Cold Water Lines Plumbing Fixtures Septic Vault (concrete/chb) Conduit, Boxes, And Fittings (conduit Works/conduit Rough-in) Wires And Wiring Devices Panelboard With Main & Branch Breakers Lighting Fixtures And Lamps 1 L.s. 1.00 Ea 72.25 M2 28.11 M3 14.81 M3 3.28 M3 11.48 M3 2.61 M3 3.34 M3 3.94 M3 2,521.20 Kg 151.06 M2 192.52 M2 1.00 L.s 1.00 L.s 3.36 M2 1.89 M2 1.00 L.s. 72.25 M2 38.76 M2 60.62 M2 293.14 M2 1.00 I.s 1.00 L.s. 1.00 I.s. 365.39 M2 6.72 M2 97.78 M2 3.78 M2 50.00 M 68.00 M2 995.25 Kg 354.66 Kg 1.00 I.s 1.00 I.s 1.00 I.s. 1.00 L.s. 1.00 I.s. 1.00 I.s. 1.00 I.s. 1.00 I.s 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025 To February 03, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Pgom Will Hold A Pre-bid Conference On January 20, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 03, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 03, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 10. The Pgom Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camimil, Calapan City, Oriental Mindoro (january 20, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date3 Feb 2025
Tender AmountPHP 1.5 Million (USD 27.3 K)

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n743.35|wwj|717-605-8399|tiana.hammaker@navy.mil| item Unique Identification And Valuation (mar 2016)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C And Section E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version (jun 2002)|8|x||x|||||| time Of Delivery (june 1997)|20|0001|5|180|||||||||||||||||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (dec 2018)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|n50286|tbd|||n/af|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year|365 Days After The Last Delivery Under This Contract ||||| warranty Of Data--basic (mar 2014)|2||| buy American --free Trade Agreements--balance Of Payments Program - Basic(deviation 2020-o0019) (jul 2020))|3|||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate (deviation 2020-o0019) (jul 2020))|3|||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| annual Representations And Certifications (mar 2020)|13|335312|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| evaluation Criteria And Basis For Award-|1|| solicitation Due Date Has Been Extended. quantity Has Been Incrased To 6. solicitation Due Date Is Hereby Extended. 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Here In. 3.the Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt final Delivery Of Material (180 Days) \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 1.1.1 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This Material. 1.1.2 This ;motor Controller Ay; Contains Non-metallic Materials Which Must Satisfy The Toxicity And Flammability Requirements Of Navsea Ss800-ag-man-010/p-9290. Use Of Any Material Other Than That Specified Requires Special Engineering Approval And May require Testing. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.3 Specification Revisions - The Specification Revisions Listed Under "docu Ments References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.3.1 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order. drawing No Cage Rev Distr Cd ;50271205 95310 E B; 2.3.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. drawing Data=8500400 |53711| B| |d|0001 | |49998|1165538 drawing Data=8500409 |53711| C| |d|0001 | |49998|4778725 document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a|1 | | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=ss800-ag-man-010/p-9290 | | | |200424|a| |04| 3. Requirements 3.1 ;the Motor Controller Ay Must Be Made In Accordance With Navsea Drawing 8500409 Item 41-5 Ac Winch Controller, Except As Amplified Or Modified Herein.; 3.2 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings Is Still Required, But Certifications Are Only Required As Listed Below. 3.3 ;ac Winch Controller In Accordance With Crane Midwest Dwg 50271205 Requires Implodable Volume Testing.; 3.4 Testing For All Critical Implodable Volumes Must Include Submergence Pressure Test To ;134 Psig; For 10 Cycles: - Ten (10) Minutes At Test Pressure For Cycles 1-9 - One (1) Hour At Test Pressure For Cycle 10 the Test Must Be Conducted In 35 Degrees Fahrenheit Seawater If Practical. Leakage Or Visible Signs Of External Damage Must Be Cause For Test Failure. Pressure And Temperature Testing Equipment Used To Perform This Test Must Be Calibrated. Pressure Gauges Used for This Testing Must Conform To The Following: 3.4.1 Selecting Master Hydrostatic Test Gages. When Selecting A Hydrostatic Test Gage, The Test Gage Range Should Be Greater Than The Test Pressure But Should Not Be More Than Twice That Of The Maximum Test Pressure Except For Test Pressures Below 60 Psi As indicated On The "master Gage Selection For Hydro". See Reference Number Csd012 Of The Contract Support Library Page Of The Electronic Contractor Data Submission (ecds) System At Https://register.nslc.navy.mil/ 3.4.2 Master Hydrostatic Test Gages And Backup Gages Must Have An Accuracy Of At Least +1.0 Percent Of Gage Span. In Addition, Master Hydrostatic Test Gages Must Have Graduations Equal To Or Smaller Than Those Shown In Table 504-6-1. Backup Gages May Be installed With Dial Sizes Of 4 1/2 Inches Or Larger. 3.5 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig/-0psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of Thesmallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. 30 Minutes / - 0 Minutes. Above 2500 Psig, The Pressure Tolerance Must Be +2%/-0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig. The Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In this Contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be + 60 Minutes/- 0 Minutes. 3.5.1 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s). 3.6 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.7 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.7.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.7.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/ 3.7.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.8 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.9 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.9.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.9.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.9.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Deep Submergence Systems Program (dssp) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) prior To Award Of Any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At Navicp-mech May Request The Pco Waive This Requirement. 3.9.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.9.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.10 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved and Rejected And The Nature Of Corrective Action Taken As Appropriate. 3.10.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.10.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions provided By The Government Representative. 3.11 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured/performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization Of the Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. when The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of this Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract management Agency (dcma) Office. In The Event That A Local Government Representative Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.12 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.12.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.12.2 Inspection For Completeness And Proper Type. 3.12.3 Verification Of Material Quality Received. 3.12.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.12.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.12.6 Identification And Protection From Improper Use Or Disposition. 3.12.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.12.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.12.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.13 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Dssp Systems, It Is Imperative That Traceability Be Maintained From The Material To All Required Objective Quality Evidence (oqe). 3.13.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order. 3.14 Material Traceability - Traceability Markings Must Be Permanently Applied To The Material In Accordance With Mil-std-792 Or To A Tag Affixed To The Material, And Annotated On The Required Oqe. The Traceability Marking May Be Any Vendor Traceability number/code Which Provides Complete Traceability To The Required Oqe. Traceability Marking/identification May Include Such Items As Nomenclature, Part Number, Technical Description, National Stock Number (nsn), Etc. Traceability Must Be Maintained Through All process Operations Including Any Subcontracted Operations, To The Finished Component. 3.14.1 When Traceability Markings On The Material Would Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, an Appropriate Material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. the Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Material Or Loss Of Traceability. The Traceability Marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.14.2 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings On The Material, Purchase Or Work Orders Must Specify A method And Marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.15 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.15.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.15.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.15.3 All Oqe Required By The Contract And All Data Concerning Material Traceability (oqe To Traceability Marking) Must Be 100% Inspected. The Certification Test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.16 Test Certification - When Test Certifications Are Required Elsewhere In The Contract, Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" are Not Acceptable. 3.16.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.17 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address, Phone Number And Date. 2. The Contract/purchase Order Number (i.e. N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9digit Niin, And The Two Digit Smic (i.e. 1h 4820 012345678 D4) 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds. ("n/a" When Not Applicable). 5. Cure Date ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement For Any Hull, Mechanical And Electrical (hm&e) Testing Required That Include The Name Of The Test And That It Was Performed Satisfactorily. If No Hm&e Testing Is Required, The Statement Should Read "hull, Mechanical And Electrical (hm&e) Testing n/a." 9. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements. 10. Contractor's Or Authorized Personnel's Signature. 3.17.1 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, Or S-5343934-3, The Certificate Of Compliance Must Also Include The Information Below: 11. A Notation That 32 Root Mean Square (rms) Finishes Are In Accordance With The Specifications And Are Free Of Imperfections. 12. Direct Reading Of O-ring Surface Diameters With Specified Standard. 3.18 See Cdrl Di-misc-80678 (soc Critical Volume Testing) - The Critical Volume Test Record (implodable/explodable), As A Minimum, Must Include The Following Information: A. Name(s), Model Number(s), And Serial Number(s) Of Component(s) Tested. B. Date Of Test. C. Serial Number(s) Of Gage(s) Used For The Test. D. Last Calibration Date Of The Pressure Gage(s) Used In The Test. E. Next Calibration Due Date Of The Pressure Gage(s) Used In The Test. F. Test Medium Temperature Required And Actual Test Medium Temperature Used. G. Pressure Range And Accuracy Of Gage(s) Used. H. Test Pressure For Each Pressure Cycle. I. Required And Actual Duration Of Each Pressure Cycle. J. Results Of The Test (i.e., Sat Or Unsat) Per The Above Criteria. K. Printed Name(s) And Signature(s), Or Identification Number(s) And Signature(s) Of Test Conductor(s)/inspector(s), And The Date Of Each Signature. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed - Oct 29 2010 - Added Sampling Std For Li In-process Testing - Sep 30 2008 - Thread Inspection Requirements Were Clarified - Dec 17 2011 - Began Using Ecds For Submissions - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Date7 Feb 2025
Tender AmountRefer Documents 
3171-3180 of 3232 archived Tenders