Fabrication Tenders

Fabrication Tenders

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n711.10|ga3|717-605-1318|jordan.d.burt.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|combo |n/a|tbd|n00104|tbd|tbd|w25g1u|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Veterans (jun 2020)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (jan 2023)|2||| buy American --free Trade Agreements--balance Of Payments Program - Basic (feb2024))|11|||||||||||| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (feb 2024)|13|334511|1,350|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| the Purpose Of This Amendment Is To Notate An Increase In Qty For Solicitation# N00104-24-q-ud89 From 600 To 2,144 (a +1,544 Unit Increase). offer Due Date Is Hereby Extended To 04 Feb 2025. all Other Terms And Conditions Remain Unchanged. 1. When Submitting Quotes, Make Sure You Specify Any Exceptions, I.e. Mil-stdpackaging, Mil-std Labeling, Inspection And Acceptance Locations, Packaginghouses, Surplus Material, Etc. If No Exceptions Are Indicated Or Received,award Will Be Based Upon Solicitation requirements. Changes Or Requests Forchanges After Award Will Have Consideration Costs Deducted From Unit Price. 2. If Supplies Will Be Packaged At A Location Different From The Offeroraddress, The Offeror Shall Provide The Name, Street Address And Cage Code Ofthe Packaging Facility. 3. Please Do Not Include Shipping Costs. Shipping/tranportation Assitance Will Be In Accordance With Wsstermfz02. 4. If You Are Not The Manufacturer Of The Material You Are Offering, You Muststate Who The Manufacturer Is (name & Cage Code) And Be Able To Providetraceability Information If Requested. Examples Of Traceability Documentationinclude But Are Not Limited To The following: Purchase Order/invoice Betweenyou And The Manufacturer Identifying The Part Number, Revision Level Andquantities & Manufacturer's Packing Slip Or Certification Identifying The Partnumber, Revision Level And Quantities. 5. Source Inspection Is Required For This Item. Please Provide Any Additionalcosts Associated With Source Inspection Into Your Unit Price. 6. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To This Procurement Are Consideredto Be "issued" By The Government When Copies Are Either Deposited In The Mail,transmitted By Fax, Or Sent By other Electronic Commerce Methods, Such Asemail. The Government's Acceptance Of The Contractor's Proposal Constitutesbilateral Agreement To "issue" Contractual Documents As Detailed Herein. 7. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Tile,rubber . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2 Identification Of Classified Documents - This Contract/purchase Order Requires The Contractor To Have Authorized Access To Classified Documents In Accordance With The Attached Contract Security Classification Specification (dd Form 254). The Classified Documents And Security Level Are: ;secret; document Ref Data=mil-std-129 | | |p |041029|a| |03| document Ref Data=mil-std-130 | | |n |121116|a| | | document Ref Data=iso 9001 | | | | |a| | | document Ref Data=iso 9002 | | | | |a| | | document Ref Data=mil-i-45208 | | |a |961001|a|2 | | 3. Requirements 3.1 ;the Tile, Type 3r, Half Round, 4.5 Inch, "paint Not Required", Radar Absorbing Material (ram), Part Number 7338390-2, Design Control Activity Cagec: 34008, Furnished Under This Contract/purchase Order Shall Be Iaw With Dwg 7338390, Material specification, 7538395, Rev B, And Phs&t 7538398. these Drawings And Material Specifications Are Not Furnished As Part Of This Solicitation. The Prior Approved Sources Already Have These Drawings And Specifications In Their Possession.; 3.1.1 ;this Contract/purchase Order Serves As The Procurement Vehicle To Acquire Radar Absorbing Material (ram) In The Form Of Type 3r Materials For Installation On-board U.s. Navy Ships. The Design Of The Ram Material Is A Navy Design And Will Not Be allowed To Be Sold, Marketed Or In Any Way Transferred To Other Commercial Or Government Sources Without Written Consent Of Naval Sea Systems Command (navsea 05t1). All Materials Manufactured For This Contract/purchase Order Will Be Manufactured In Accordance with The Material Specification Type 3r (unclassified And Classified), Document Number 7538395. Additionally, Materials Will Need To Be Manufactured Iaw Their Respective Drawings. type 3r Materials Will Be Installed On U.s. Navy Ships. During This Time, The Material Will Be Exposed To A Shipboard Environment That Will Include Significant Fluctuations In Humidity And Temperature, The Corrosive Effects Of Salt Spray And The Damage Caused by Uv Exposure.; 3.2 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 3.3 ;the Contractor Shall Manufacture All Type 3r Material To Meet All The Requirements In The Material Specification Type 3r (unclassified And Classified). In The Event That There Is A Conflict Between The Text Of This Contract/purchase Order And The refernces And/or Drawings Cited Herein, The Material Specification Shall Take Precedence. Nothing In This Contract/purchase Order, However, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.; 3.4 ;assignment Of Serial Numbers - All Materials Will Be Assigned A Sequential Serial Number At The Completion Of The Fabrication Phase. The Assignment Shall Be Done Prior To Performing Any Electrical Testing Or Other Type Of Testing. If The Contractor observes Any Obvious Cosmetic Problems, They Have The Option To Remove The Material Prior To Performing Either Environmental Or Electrical Testing, But This Material Shall Still Receive A Serial Number. The Contractor Shall Be Required To Submit A Report listing The Serial Numbers Of The Materials, Method Of Failure And The Certification Of Destruction Iaw Contract Data Requirements List (cdrl), Di-s-30591, Every Six (6) Months.; 3.5 ;assignment Of Lot Numbers - Lot Size Is Defined As 1000 Type 3r Tiles, Plus Twenty (20), Ordered On A Given Task Order. Lot Numbers Shall Be Associated With Each Item.; 3.6 ;post-production - When The Government Takes Delivery Of The Material, All Requirements Must Be Met.; 3.7 ;ecps, Waivers And Deviations - (far 46.102/46/407): All Critical, Major And Minor Waivers And Deviations Will Be Written On Dd 1694 Forms. The Request Will Be Submitted For Review And Approval/disapproval By Phd Nswc.; 3.8 ;production Lot Test Procedures Are Required As Specified In The Contract Data Requirements List (cdrl) Di-ndti-80603.; 3.8.1 ;the Production Lot Test Procedure Shall Be Submitted And Approved By Phd Nswc, S13 Prior To Commencing Production.; 3.9 ;special Test Equipment: Special Test Equipment Is Required Per The Material Specification (7538395) And Is Not Furnished By The Government.; 3.10 ;special Marking, Packaging And Serial Number Requirements: Special Marking, Packaging And Serialization Are Required By The Pcms, Packaging, Handling, Storage And Transportation Instruction (phs&t), Drawing No. 7538398 And Navsea Drawing Number 7338390.; 3.11 ;security Form Dd 254 (far 53.204-1a): Classified Testing Is Required Per The Material Specification. This Material Requires Strict Accountability, Any Loss Of This Material That Can Not Be Reconciled Shall Be Reported To Phd Nswc, Code S13. Reasonable operational Security Will Be Taken To Ensure That Only Authorized Personnel Are Allowed Access To This Material And Data. Only U.s. Citzens Are Authorized To Accomplish And Partake In The Manufacture, Packaging, Handling, Storage And Transportation Of This material. in Addition A Non-disclosure Statement Must Be Signed, And Returned To The Pco Prior To Receiving Technical Data/specifications From The Isea.; if The Contractor Changes Locations Of The Their Manufacturing Facility Or Goes Through Greater Than 50% Turnover In Personnel In Less Than 2 Months Time, The Government Has The Unilateral Right To Require Requalification Of The New Material And Manufacturing process And No Delays To The Agreed Upon Delivery Schedule Will Be Permitted. If The Contractor Cannot Comply With These Requirements The Government Has The Right To Terminate The Contract For Default Pursuant To Far Clause 52.249-8. 3.12 Security Clearance Required - This Contract/purchase Order Requires The Contractor To Have A Government Security Clearance In Accordance With The Attached Contract Security Classification Specification (dd Form 254). 4. Quality Assurance 4.1 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.2 ;production Lot - Production Lot Acceptance Testing: Suppliers Must Perform 100% Electrical Testing As Stated In The Material Specification (7538395). The Government Reserves The Right To Review And Audit The Suppliers Approved Written Production procedures And Witness Any Production Testing So Stipulated In The Approved Written Procedures. After Each Acceptable Production Lot Run Of (2000 Ea. Plus 20), Suppliers Will Submit Test Specimen Samples (1% Of 2000 Ea.) And Electrical Test Data, In Accordance with The Cdrls, As Specified Elsewhere In This Contract/purchase Order. serial Numbers Of Each Tile Tested Shall Be Annotated On The Test Report. sample Size Of 1% May Be Decreased To .25% After Completion Of The First Two (2) Production Lots At The Discretion Of The Government.; type 3r Visual Inspection Procedure Shall Be Supplied By The Isea To The Successful Contractor At Time Of Award To Aid The Quality Assurance Department To Establish Visual Inspection/general Workmanship Criteria For The Type 3r Tiles. The Hard Copy Document titled "type 3r Visual Inspection Procedure" Latest Revesion In Effect At Time Of Award Shall Be Utilized. the Government Will Have A Completed Test Report Within 60 Days Of Receipt Of The Samples And Subsequent Electrical Test Report For Each Production Lot From The Contractor. 4.2.1 ;these Samples And Data Will Be Used For Compatibility Test Evaluation By Phd. a Written Compatibility Test Report Will Be Submitted To The Procuring Contracting Officer (pco), By Phd. The Pco Will Communicate The Report Results To The Supplier, Notifying Them Of Its Findings.; 4.2.2 ;electrical Testing: The Contractor Shall Comply With All The Requirements Of The Material Specification Identified In Paragraph 2. Any Variance To The Procedures Identified In This Document Must Have Prior Written Approval From The Government. additionally, The Contractor Must Comply With The Following Test Requirements: Material Is To Be Tested Only One Time In The 0 And 90 Degree Orientation Or Parallel And Perpendicular Polarizations. If The Material Does Not Meet The Required Performance Levels Identified In The Material Specification, The Material Is To Be Set Aside without Further Testing. During This Time The Contractor May Choose To Re-work Or Condition The Material. After Re-work Or Conditioning, The Contractor May Test The Material Again To See If It Is Now Within The Specification Requirements. If The Material still Does Not Meet The Minimum Requirements Of The Electrical Specifications It Must Be Set Aside And Not Tested Further. The Last Set Of Test Results For This Tile Will Be Considered It's Final Test Result. The Contractor May Contact The Government To discuss The Disposition Of The Material. This Testing Specifically Precludes Multiple (more Than 2 Test) To Try To Get The Material To Meet The Required Minimum Requirements.; 4.3 Production Lot Test/inspection Report - The Contractor Shall Prepare And Submit A Report In Accordance With The Contract Data Requirements List (dd Form 1423). 4.4 Production Lot Test Approval - Production Lot Test Approval Is Required Prior To Shipment Of The Production Lot. 4.5 ;iso 9001 Is Required To Be Maintained And Be Current, For The Purpose Of Maintaining Engineering Source Approval. Dcma's Only Need To Verify That The iso 9001 Certificate Is Current. approved Sources Must Provide A Pdf Copy Of Their Iso 9001 Certificate When Renewed Or Recertified, To The Appropriate Isea. ; material Failure Adjudication: If The Material Is Found To Be Non-compliant With The Material Specification, The Contractor Shall Be Required To Conduct A Failure Analysis And Shall Take All Necessary Actions To Remediate The Failure At No Cost To The government. Any Such Failure(s) Shall Be Replaced Or Reconditioned By The Contractor To Meet All Requirements Identified In The Material Specification At No Cost To The Government. The Government Has The Right To Retest The Replaced Or Reconditioned Matrerial to Ensure Compliance With The Specification Before Accepting The Material In Question. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. 5.2 ;the Marking Requirements For Both The Marking Of Materials (mil-std-130) and The Outside Container Markings (mil-std-129) Should Be As Follows: dom: Yy/mm/dd inspect/test Date: Yy/mm; mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. 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. 6.2 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. There Are 7 (seven) Seperate 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. date Of First Submission=asreq ;block 16 block 5 - As Specified By Naval Sea Systems Command Drawing 7338390 And 7538395. block 12 - Test Procedures Shall Be Submitted Nlt 30 Days After Contract Award. Approval Or Reason For Disapproval Shall Be Given Nlt 30 Days After Received By Phd Nswc Code S13. block 13 - Nlt 30 Days After Disapproval. ; date Of First Submission=asreq ;block 16 block 5 - Test Reports Shall Be Iaw Naval Sea Systems Command Drawing 7338390 And 7538395. block 12 - Test Report Shall Be Submitted Nlt 15 Days After Completion Of Testing Along With Test Samples To Phd Nswc Code S13.; date Of First Submission=asreq ;block 12 - Contractor Shall Submit A Report Listing The Serial Numbers Of The Material, Method Of Failure And Certification Of Destruction Beginning Six (6) Months After The Start Of Production And Continuing At Six (6) Month Intervals.;

FEDERAL HIGHWAY ADMINISTRATION USA Tender

Civil And Construction...+3Bridge Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents 
Details: This Is Not A Request For Bid – Plans And Specifications Are Not Available. this Notice Is Being Issued To Determine If There Is Sufficient Interest From Qualified Prime Contractors Who Are Small Businesses, Hubzone Small Businesses, Woman Owned Small Business Concerns, 8(a) Small Businesses, Or Service Disabled Veteran-owned Small Businesses And Who Intend To Submit A Bid For This Solicitation To Allow For A Set-aside In One Of These Programs. Interested Businesses Must Submit The Following By E-mail To Cflacquisitions@dot.gov (attn: Laura Vallejos) For Receipt By Close Of Business (2 P.m. Local Denver Time) On February 7, 2025. (1) A Positive Statement Of Your Intention To Submit A Bid For This Solicitation As A Prime Contractor; (2) A List Of All Confirmed Socioeconomic Categories (i.e., 8(a), Small Disadvantaged Business, Hubzone Small Business, Service-disabled Veteran-owned Small Business, Edwosb, Or Wosb Status) That Apply To Your Business; (3) A Letter From A Bonding Agent Stating Your Firm’s Capability To Bond For A Single Project Of $5 Million, And Your Firm’s Aggregate Bonding Capacity; And (4) Provide A List Of Road Construction Projects Of Equal Or Greater Value And Scope To The Ok Erfo Np Chic 2024-1(1) Veterans Lake Trail Bridge Project In Which You Performed Project In Which You Performed Work Similar In Scope. Do Not Send Information On Projects That Do Not Include The Above Work. the Size Of A Small Business Firm Includes All Parents, Subsidiaries, Affiliates, Etc. Refer To The Code Of Federal Regulations 13 Cfr 121.103 For Information On How The Sba Determines Affiliation And 13 Cfr 121.108 Regarding The Penalties For Misrepresentation Of Size Status. All Firms Should Be Certified In The System For Award Management (sam) Located At Https://www.sam.gov/ project Details: Ok Erfo Np Chic 2024-1(1) Veterans Lake Trail Bridge the Project Is Located Along Veterans Lake Trail Within The Chickasaw (chic) National Recreation Area (nra) In Murray County, Oklahoma. The Proposed Improvement Is To Replace A Pedestrian Trail Bridge That Was Removed By A Tornado April 2024. The Existing Bridge Has Been Found In Veterans Lake And Will Need To Be Removed As Well. The Existing Abutments Are Intact; However, Some Of The Anchor Bolts Are Bent And The South Abutment Is Cracked. constructing The New Bridge Includes Repairing The Existing Abutments That Would Be Reused To Support The Replacement Bridge, Repairing The Minor Masonry Structure, And Installing An Approximately 130-foot-long And 6-foot-wide Prefabricated Pedestrian Bridge. The Replacement Bridge Would Be A Prefabricated Steel Truss Bridge With A Timber Deck, Similar In Appearance To The Original Structure. Construction Staging Would Occur At The Existing Parking Lot At The North End Of The Dam And Access Provided Via The Existing Trail. removal Of The Existing Bridge From Veterans Lake Would Likely Involve Floating The Structure To The Parking Lots On The East Side Of The Lake And Lifting It Via Crane. The Bridge Would Then Be Appropriately Disposed Of. Two Parking Lots Would Be Utilized As Staging Areas And Provide Access For The Bridge Removal Process. principal Work Items: approximate Quantities For Major Work Items: 1 (lpsm) Of Removal Of Bridge (steel Truss Pedestrian Bridge) 1 Cuyd Of Removal Of Concrete (abutment) 200 Lbs Reinforcing Steel 1 (lpsm) Pre-fabricated Steel Bridge (modular Steel Pedestrian Bridge) 1 Cuyd Concrete it Is Anticipated This Project Will Be Advertised In Spring 2025 And Be Under Construction In The Summer Of 2025. The Project Has An Estimated Completion Date Of June 2026. due To Weather, No Onsite Work Is To Occur From Early March To Early May. estimated Cost Range: the Estimated Price Range Of The Project Work Is Between $2,000,000 And $5,000,000.

DEPT OF THE NAVY USA Tender

Chemical Products
Corrigendum : Closing Date Modified
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents 
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|mil-i-45208 Or Iso 9001 Ansi/ncsl Z540.3 Or Iso 10012 | inspection Of Supplies--fixed-price (aug 1996)|2||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss-n00104| first Article Approval--contractor Testing (sep 1989)|10| Fat Requirements Are Included In The Drawings||15|180|n64498|tbd|tbd|45||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|x|x||x|||||||||| annual Representations And Certifications (may 2024)|13|336612|1000|x|x|x||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| evaluation Of First Article Testing|3|||x| any Order Resulting From This Solicitation Will Be Issued Bi-laterally Requiring The Contractor's Written Acceptance Prior To Execution. _______________ - Place Of Material Inspection _______________ - Place Of Packaging Inspection & Final Acceptance requested Delivery Is 300 Days After Date Of Contract. quoted Delivery Is____ Days Adc. dfars 252.232-7006, Wide Area Workflow Payment Instructions, Is Incorporated By Reference Into This Request For Quotation(rfq). Any Resulting Order Will Require Electronic Submittal Of Invoices And Receiving Reports Through Piee-wawf, And Will Include The Clause In Full Text, Complete With Submittal Instructions. far Clause 52.213-4, Terms And Conditions-simplified Acquisitions (other Than Commercial Products And Commercial Services), Is Incorporated By Reference Into This Rfq.this Clause Is A Compilation Of The Most Commonly Used Clauses That Apply To Simplified acquisitions And Incorporates Them By Reference As Well. 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 Herein. dd1423 Contract Data Items Apply To This Procuremment. Contractor First Article Test And Contractor Production Lot Test Are Required To Be Completed And And Approved By N64498 Prior To Starting Production. \ 1. Scope 1.1 ;this Procurement Specification Contains The Requirements For Manufacture And The Contract Quality Requirements For ;an/bra-24 Antenna Seal Assembly; For Use On Navy Submarines.; 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.1.3 The "document Changes" Section Provides Supersessions/changes To Referenced Documents. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order, however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. drawing Data=psnsy-0063-12 |80064| -|lr |d|0001 | -|49998|0103349 drawing Data=re-b102146 |80064| E| |d|0001 | E|49998|0073812 drawing Data=re-b102147 |50225| D| |d|0001 | D|49998|0046933 drawing Data=re-b102148 |50225| D| |d|0001 | D|49998|0047618 drawing Data=re-b102150 |50225| F| |d|0001 | F|49998|0050965 drawing Data=re-b102151 |50225| F| |d|0001 | F|49998|0049220 drawing Data=re-b102225 |50225| E| |d|0001 | E|49998|0050481 drawing Data=re-b102226 |50225| C| |d|0001 | C|49998|0026072 drawing Data=re-b102227 |50225| E| |d|0001 | E|49998|0043319 drawing Data=re-b102260 |80064| H| |d|0001 | H|49998|0178831 drawing Data=re-b102270 |50225| F| |d|0001 | F|49998|0043237 drawing Data=re-c102149 |50225| G| |d|0001 | G|49998|0060273 drawing Data=re-c102184 |50225| E| |d|0001 | E|49998|0035246 drawing Data=re-c49491 |80064| H| |d|0001 | H|49998|0091687 drawing Data=re-c49502 |80064| H| |d|0001 | H|49998|0125769 drawing Data=re-d102152 |80064| E| |d|0001 | E|49998|0085710 drawing Data=4677518 |80064| J| |d|0001 | J|49998|0184705 drawing Data=4677518 |80064| J| |d|0002 | J|49998|0086018 document Ref Data=fed-std-h28 |0020| |b |941221|a| |01| document Ref Data=mil-std-130 | | |n |121116|d| |01| document Ref Data=mil-std-973 | | | |950113|a| |03| document Ref Data=qq-n-281d | | | |851023|a|2 | | document Ref Data=asme B46.1 | | | |190101|a| | | document Ref Data=iso9001 | | | |150915|a| | | document Ref Data=sae As9390 | | |d |190401|a| | | document Ref Data=iso10012 | | | |030415|d| | | document Ref Data=mil-i-45208 | | |a |810724|a|1 | | document Ref Data=ncsl Z540.3 | | | |060803|a| | | document Ref Data=sae-ams-qq-s-763 | | |d |150301|a| | | document Ref Data=astm B21/b21m | | | |200401|a| | | document Ref Data=ethacure 300 Coml | | | | |a| | | document Ref Data=adiprene L167 (90-95a) Coml | | | | |a| | | 3. Requirements 3.1 ;design And Manufacturing - The ;an/bra-24 Antenna Seal Assembly; Furnished Under This Contract/purchase Order Shall Meet The Material, Physical, Mechanical And Test Requirements As Specified On Drawings Re-c49502 (consisting Of Item Numbers 1 Thru 4) including Associated Specifications Mentioned In This Procurement.; 3.1.1 ;the Supplier Shall Have Or Fabricate The Required Tooling To Perform The Acceptance Test Specified On Drawing Re-c49502.; 3.1.2 ;source Control Drawing Re-b102260 - The Urethane Elastomer (adiprene L167) And Curative (ethacure 300) Shall Only Be Procured For Lanxess Urethane Systems; And Shall Conform To The Requirements Specified On Drawing Re-b102260, dash No.2. ; 3.2 ;marking Requirements - The Supplier Shall Permanetly Mark And Identify Each First Article And Production Lot Unit ;an/bra-24 Seal Assembly; In Accordance With The Requirements Of Drawing Re-c49502, Note 2 (contract Number, Vendor Part Number And Serial number) Per Mil-std-130.; 3.2.1 ;the Supplier Shall Permanently Mark Parts Re-b102147, Re-b102148, Re-b102150, Re-b102151 And Re-c102149 As Identified On The Applicable Drawing Per Mil-std-130. The Supplier Shall Mark ;tag Or Bag; Each Part With Contract, Heat, Lot And Serial Number per Mil-std-130 Until Installed On The Designed Assembly.; 3.2.2 ;the Supplier Shall Mark ;tagor Bag; Parts Re-b102146, Re-b102148/item No.2, Re-b102225 And Re-c49491 With Contract, Applicable Part, Heat, Lot Or Batch And Serial Number Per Mil-std-130 Until Installed On The Designated Assembly.; 3.3 ;first Article Testing/inspection - (supplier Testing/inspection). The First Article Testing/inspection Procedure And Approval Are Required For The ;an/bra-24 Seal Assembly;. Government Approval Is Required Prior To Commencement Of First Article Unit.; 3.4 ;notification - The Supplier Shall Notify Naval Surface Warfare Center, Philadelphia Division, (nswcpd) 5001 S. Broad Street, Philadelphia, Pa 19112- 1403 By Emial Matthew.j.ogilvie.civ@us.mavy.mil, Code 242mo After Award Of Contract.; 3.4.1 ;the Nswcpd Is The Acceptance Activity For The Contract Data Requirements List (dd1423) Data Items. Nswcpd Wawf/irapt ;acceptor; Dodacc Is ;n64498;.; 3.5 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.5.1 Configuration Control - When The Contractor Has Received Authorization On A Prior Contract For The Same Nsn For The Use Of A Drawing Of A Later Revision Status, That Authorization Is Hereby Extended To All Succeeding Contracts/purchase Orders Until another Drawing Revision Is Approved. The Contractor Will Notify The Pco Of This Occurrence In Each Instance, In The Response To The Solicitation. Such Notification Shall Be In Writing Setting Forth The Contract Under Which The Prior Authorization Was Granted, the Date Of The Granting Of The Authorization, And The Name Of The Granting Authority. Contractors Shall Also Refer Technical Inquiries (other Than Those Covered By Mil-std-973) On Company Letterhead Signed By A Responsible Company Official, With Copies Distributed As Stated Below. The Original And Two Copies Of All Contractor Generated Correspondence Regarding Configuration Shall Be Submitted To Contracting Officer, Navicp-mech, P.o. Box 2020, Mechanicsburg, Pa 17055-0788. Contractors Are Cautioned That Implementing Engineering Changes, Waivers, Deviations Or Technical Inquiries Into The Contract/purchase Order Without Approval Of The Contracting Officer Will Be At The Sole Risk Of The Contractor. 3.6 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 4.4 ;inspection System - The Supplier's Quality Inspection System Shall Be In Accordance With Mil-i-45208 Or Iso 9001 And Ncsl Z540.3 Or Iso 10012. The Supplier Shall Develop And Submit Their Written Quality Inspection And Test Plan As Indicated On The contract Data Requirements List (dd Form 1423). Government Approval Of The Supplier's Written Quality Inspection And Test Plan Is Required By The Contract. cdrl: Quality Inspection & Test Plan Per Mil-i-45208, Ncsl Z540.3 And Di-qcic-81110; 4.5 ;surface Roughness - All Surface Finishes Are In Rms Measurements. Where The Degree Of Surface Roughness Is Indicated, The Surface Shall Be Free From All Visible Imperfections As Defined By Standard Asme B46.1. ; 4.6 ;finished Edges - Finished Edges Shall Be In Accordance With The Applicable Drawing Requirements.; 4.7 ;threads - Threads Shall Be Inspected In Accordance With Fed-std-h28/20 System 21 Requirements. Thread Inspection Shall Include The Measurement And Recording Of The Major Diameter For External Threads And The Minor Diameter For Internal Threads.; 4.8 ;material Control - The Supplier Shall Have An Effective Material Control System That Provides For Certified Quantitative Mill Or Industrial Laboratory Reports Of Chemical And Physical Analysis By Heat, Lot Or Batch For Raw Material Ordered For First article And Production Units. If The Material Is Subsequently Heat-treated A Certification Of Physical Analysis, After Heat Treatment Is Also Required For Each Heat Lot Or Batch. Also, Where The Applicable Material Specification Calls Out (e.g. Corrosion resistance Test, Macro-etch Test) These Test Results Shall Also Be Reported On The Applicable Mill Or Industrial Laboratory Report. (1) The Physical Analysis Shall Establish The Following Properties For Metallic Parts: Ultimate Tensile Strength, Yield Strength and Elongation. (2) The Physical Analysis Shall Establish The Properties For Non-metallic Parts: Re-b102260/dash No.2 As Specified On The Drawing.; 4.9 ;first Article Testing/inspection - (supplier Testing/inspection). The Supplier Shall Perform First Article Testing/inspection On ;an/bra-24 Seal Assembly; In Accordance With The Applicable Drawings And Their Approved First Article Procedure.; 4.9.1 ;the First Article Inspection Shall Be Made By The Cognizant Dcma-qar At The Supplier's And/or Subcontractor Facility. The Supplier Shall Notify Nswcpd, Code 242mo Two Weeks In Advance Prior To The Scheduled First Article Testing/ Inspection, So An nswcpd Representative Has The Option Of Being Present During The First Article Testing/inspection.; 4.10 ;first Article Approval For Testing/inspection Procedure And Acceptance - (supplier Testing/inspection). The Supplier Shall Prepare And Submit Their First Article Testing/inspection Procedure ;an/bra-24 Seal Assembly; In Accordance With The requriements Of Di-ndti-80603 And Applicable Drawings As Indicated On The Contract Data Requirements List (dd Form 1423). Government Approval Of The Procedure Is Required Prior To Commencement Of First Article Unit. cdrl: First Article Testing/inspection Procedure Per Di-ndti-80603a; 4.11 ;first Article Testing/inspection.; 4.11.1 ;visual/dimensional Inspection - The Supplier Shall Visually And Physically Inspect 100% The First Article Unit (component Parts/assembly) And Record The Actual Measurements Of Each Dimension And Threads (including Of The Major Diameter For External threads And The Minor Diameter For Internal Threads) Identified On The Applicable Drawings Including The Results Of The Adjustment Performed Of The Assembly Per Drawing Re-c49502. Threads Shall Be Inspected 100% And Results Recorded.; 4.11.2 ;acceptance Test - The Supplieer Shall Perform Acceptance Inspection And Test On The Assembly Re-c49502 In Accordance With Drawing Requirements And Record The Actual Results. Failure To Meet The Drawing Acceptance Test Notes A And I Will Be Cause For rejection Of The Assembly.; 4.12 ;first Article Testing/inspection Report And Acceptance - (supplier Testing/ Inspection). The Supplier Shall Submit For The First Article Unit ;an/bra-24 Seal Assembly; Testing/inspection Reports In Compliance With The Requirements Of Di-ndti-80603 And applicable Drawings. The Report Shall Also Include A Copy Of ;certified Mill Certification; Certified Industrial Laboratory Analysis; Certificate Of Compliance And Visual/dimensional Inspection Report; Identified In The Objective Quality Evidence Records section Of This Document, And As Indicated Ont He Contract Data Requirements List (dd Form 1423). Government Approval Of The First Article Testing/inspection Report Is Required Prior To Commencement Of Production Units. cdrl: First Article Testing/inspection Report Per Di-ndti-80809b; 4.13 ;production Lot.; 4.13.1 ;visual/dimensional Inspection - The Supplier Shall Visually And Physically Inspect 100% Each The Production Lot Unit (component Parts/assemblies) And Record The Actual Measurements Of Each Dimension And Threads (including Of The Major Diameter For external Threads And The Minor Diameter For Internal Threads) Identified On The Applicable Drawings Including The Results Of The Adjustment Performed On Each Assembly Per Drawing Re-c49502. Threads Shall Be Inspected 100% And Results Recorded.; 4.13.2 ;acceptance Test - The Supplier Shall Perform Acceptance Inspection And Test On Each Assembly Re-c49502 In Accordance With Drawing Requirements And Record The Actual Results. Failure To Meet The Drawing Acceptance Test Notes A And I Will Be Cause For rejection Of The Assembly.; 4.14 ;production Lot Testing/inspection Report And Acceptance - (supplier Testing/ Inspection). The Supplier Shall Submit For The Completed Production Units ;an/bra-24 Seal Assembly; Testing/inspection Reports In Compliance With The Applicable Data Item descriptions (dids) And Drawings. The Production Lot Testing/inspection Report Shall Consist Of ;certified Mill Certification; Certified Industrial Laboratory Analysis; Certificate Of Compliance; Visual/ Dimensional Inspection Report And Mercury Exclusion certification; Identified In The Objective Quality Evidence Records Section Of This Document, And As Indicated On The Production Lot Test/inspection (plt) Contract Data Requirements List (dd Form 1423). Government Approval Of The Procduction Lot testing/inspection Report Is Required Prior To Shipment Of Production Lot Units. cdrl: Production Lot Testing/inspection Report Per Di-ndti-80809b; 4.15 ;production Lot Inspection/acceptance - (supplier Testing/inspection). The Supplier Shall Submit For The Production Lot Units, The Inspection And Test Reports Identified In The Objective Quality Evidence Records Section Of This Document And As Indicated on The Production Lot Testing/inspection (plt) Contract Data Requirements List (dd Form 1423). Government Approval Is Required Prior To Shipment Of Production Units.; 4.16 ;final Inspection And Acceptance - Final Inspection And Acceptance Of Production Lots Shall Be Made By The Cognizant Dcma-qar In Conjuction With The Specific Government Inspection Instructions (sgiis) Furnished By Nswcpd. In Addition To The Normal Dcma surveillance, The Production Unit(s) Shall Be Under The Surveillance Of Nswcpd Quality Assurance Specialist As Required.; 4.17 ;objective Quality Evidence Records - The Supplier Shall Maintain Objective Quality Evidence Data (oqeds) Of Raw Material And Finished Parts Of ;an/bra-24 Seal Assembly;. Records Shall Be Traceable By Drawing/item, Heat Lot Or Batch, Serial And Contract number. All Oqeds Shall Be Clearly Legible Including Name And Title. The Supplier May Provide Exact (quality) Photocopies Of Objective Quality Evidence Records Being Delivered Under This Purchase Order Instead Of Originals.; 4.17.1 ;the Supplier Shall Furnish A Copy Of The Following Oqeds Listed Below And As Indicated On The Contract Data Requirements List (dd Form 1423) For Acceptance. The Reports Shall Be Correlated To The Drawing/item, Heat, Lot Or Batch, Serial, Contract And assembly Number. Supplier Format Is Acceptable For The Below Listed Cdrls. a. Certified Quantitative Mill Or Industrial Laboratory Certification (chemical And Physical Analysis) For Drawing Numbers Re-b102147, Re-b102150, Re-b102151, Re-b102225 And Re-c102149. cdrl: Certified Mill Certificate Per Di-misc-80678 b. Certified Industrial Laboratory Analysis Shall Establish The Properties For Material Urethane Elastomer Adiprene L167 (90-95a) As Specified On Drawing Re-b102260, Dash No. 2. cdrl: Certified Industrial Lab Analysis Per Di-misc-80678 c. Certificate Of Compliance For: (1) Drawing Re-b102148/item No.2 (certifying Part In Accordance With The Applicable Drawing And Material Specification Requirements). (2) Drawing Re-b102260 (certifying Curative Ethacure 300 In Accordance With Drawing Requirements). (3) Drawings Re-d102152, Re-b102226, Re-c102184, Re-b102227, Re-b102270 And 4677518/item No. 42 Tooling Use For Acceptance Test (certifying Tooling Material And Fabrication In Accordance With The Applicable Material Specification And Drawing requirements). cdrl: Certificate Of Compliance Per Di-misc-80678 d. Visual/dimensional Inspection Reports Shall Show All The Characteristics, The Actual Measurement Results Of Each Dimension And Feature Inspected (componenet Parts/assemblies) Including Threads (also The Major Diameter For External Threads And The Minor diameter For Internal Threads), Assembly Re-c49502 Acceptance Inspection And Test Results, Adjustment Of The Assembly, Contract Number, Name Of Supplier, Drawing/item Number, Drawing Revision Letter, Heat, Lot Or Batch, Serial Of Finished Parts, Assembly serial Number, Item Nomenclature, Inspector's Acceptance Signature And Date. cdrl: Visual/dimensional Inspection Report Per Di-ndti-80809b e. Mercury Exclusion Certification (representing The Contract Units Shipment) Cdrl Mercury Exclusion Certification Per Di-misc-80678; 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. date Of First Submission=asreq ;;approval Of The Quality Inspection Plan By Nswc Philadelphia Division Is Required Prior To First Article.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A001. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;; date Of First Submission=asreq ;;procedure Shall Be In Accordance With The Requirements Of The Applicable Drawings.;; ;;approval Of Teh Procedure By Nswc Philadelphia Division Is Required Prior To Commencement Of First Article Unit.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A002. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;; date Of First Submission=asreq ;;approval Of The Report By Nswc Philadelphia Division Is Required Prior To Commencement Of Production Lot Units.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A003. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;; date Of First Submission=asreq ;;supplier Format Is Acceptable.;; ;;plt Report Shall Consist Of Oqed Records Listed In Contract Section E: Certified Mill Certification; Certified Industrial Lab Analysis; Certificate Of Compliance; Visual/dimensional Inspection Report And Mercury Exclusion Certification.;; ;;approval Of The Report By Nswc Philadelphia Division Is Required Prior To Shipment Of Production Lot Units.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A004. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;;

DEPT OF THE NAVY USA Tender

Telecommunication Services...+1Aerospace and Defence
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents 
Details: Type: Synopsis classification Code: Ac-13 – National Defense R&d Services subject: Synopsis For Supporting Experimentation Of Millimeter Wave (mmw) Open Radio Access Network (oran) Capabilities naics: 541512 response Date: 3 January 2025 (1500 Est) contacts: julie Gill, Contracting Officer, Nawcad A2521000 email: Julie.m.gill2.civ@us.navy.mil shawn Harbaugh, Contract Specialist, 301-757-9563, Nawcad A2521016 email: Shawn.k.harbaugh.civ@us.navy.mil reference Number: naval Air Warfare Center – Aircraft Division (nawcad) Intends To Issue A Sole Source Cost Plus Fixed-fee (cpff) Order Under Basic Ordering Agreement (boa), Contract Number N00019-20-g-0005, To Northrop Grumman Systems Corporation (ngsc), 2000 West Nasa Blvd, Melbourne, Fl 32904, For Supporting The Experimentation Of Millimeter Wave 5g Open Radio Access Network (oran) Technology Under The Authority In 10 U.s.c. 2304(c)(l), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. requirements: this Effort Is The Follow On To The Ousd (r&e) Radio Frequency (rf) And Optical Electronic Activities Under N00164-19-9-0001, Awarded To Northrop Grumman In Collaboration With Other Performers On Ousd (r&e)’s Starry Nite And Ship Programs To Develop Associated Antenna Unit And Radio Units. The Contractor Shall Support The 5g Oran Prototyping With The Naval Air Warfare Center Aircraft Division (nawcad) Rapid Prototyping Experimentation And Demonstration (rped) Department At Naval Air Station Patuxent River, Maryland. The Support Includes The Resources Required To Support And Conduct Relevant Experimentation To Mature The Technology Being Developed. The Activity Will Support Risk Reduction And Inform The Stakeholders Through Lab Demonstrations That May Lead Up To The Field Demonstrations, In Assessing The 5g Oran Prototypes. The Effort Also Supports The Transition Of Millimeter Wave (mmw) Open Radio Access Network (oran) Capabilities. further, The Scope Of Work For The Contractor Includes Support To The Government In Experimentation And Risk Reduction Activities Associated With The Prototype Advancements Of The Specialized Antenna Units (au) And Radio Units (ru) That Are To Be Integrated Into Distributed Battle Management Command & Control (bmc2) System Prototypes. The Distributed Bmc2 System Has Specialized Capability Enhancements Leveraging Commercial Technologies. The Prototypes Support Ground, Surface, And Airborne Missions. The Au And Ru Components, Required To Fabricate Into Au And Rus, Are To Be Provided As Government Furnished Equipment (gfe) And Associated Government Furnished Information (gfi) To The Program. ngsc Has Unique Expertise In Multi-foundry Integration, Proven Supply Chain Security, System Of System Frameworks, And Extensive Performer Technical Experience In Its Position As The Lead Systems Integrator. Their Unmatched Ability To Manage The Complex Technological And Operational Requirements Across Multiple Domestic Foundries, While Ensuring Program Integrity And Alignment With The United States Government Security And Industrial Strategies, Makes Them The Only Responsible Source Capable Of Executing This Requirement. responsible Interested Parties May Submit A Capability Statement In Which They Identify Their Interest And Capability To Respond To This Requirement. The Government Will Consider Written And/or Electronic Media Responses To This Announcement Received No Later Than 03 January 2025 (1500 Est) And Can Be Submitted To: shawn Harbaugh, A2521016 nawcad Procurement Group 21983 Bundy Road, Bldg. 441 patuxent River, Md 20670 shawn.k.harbaugh.civ@us.navy.mil a Determination By The Government Not To Compete This Procurement Is Based Upon Responses To This Notice And Is Solely Within The Discretion Of The Government. place Of Performance: Patuxent River, Md

MUNICIPALITY OF LAMBAYONG Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 1 Million (USD 17.4 K)
Details: Description Supply & Delivery Of Materials- Fencing Of Oval Track 1. The Local Government Unit Of Lambayong, Through 20% Development Fund Intends To Apply The Sum Of One Million Thirteen Thousand One Hundred Forty-eight Pesos Only (php 1,013,148.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Lam-bac-482-024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lambayong Now Invites Bids The Supply & Delivery Of Materials- Fencing Of Oval Track. 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 A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 4. Interested Bidders May Obtain Further Information From The Local Government Unit Of Lambayong And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 10, 2024 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00 5. The Local Government Unit Of Lambayong Will Hold A Pre-bid Conference On December 18, 2024 2:00 P.m. At The Bac Office, New Municipal Hall, Lambayong, Sultan Kudarat. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 2:00 P.m.; January 6, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 2:00 P.m.; January 6, 2025 At The Office Of The Bids And Awards Committee, New Municipal Hall, Lambayong, Sultan Kudarat. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Local Government Unit Of Lambayong Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information, Please Refer To: Ramon J. Dudo Bac Chairperson 9802 Poblacion, Lambayong, Sultan Kudarat 09662296201/ 09171180904/ 09163712885 Baclambayong@gmail.com/ Lgu_lambayong@yahoo.com Qty Item Description Unit 2 Fabricated Steel Gate (10m Widex3.0m Height) Unit 185 Cyclone Wire (4ft) Meters 35 1¼" G.i. Pipe (sch.40) Pcs 5 Cutting Disc Box 6840 Chb #4 Pcs 825 Portland Cement Bag 67 Sand Cu.m. 27 Gravel Cu.m. 584 12mm Dia. Def. Bar Pcs 800 10mm Dia. Def. Bar Pcs 22 10mm Thk. 4'x8' Plywood (4-uses) Pcs 1184 2"x2" Coco Lumber (4-uses) Bd.ft. 2437 2"x3" Coco Lumber (4-uses) Bd.ft. 2 Tie Wire Roll 50 Assorted Cwn Kls

DEPT OF THE NAVY USA Tender

Telecommunication Services...+1Aerospace and Defence
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents 
Details: Type: Synopsis classification Code: Ac-13 – National Defense R&d Services subject: Synopsis For Supporting Experimentation Of Millimeter Wave (mmw) Open Radio Access Network (oran) Capabilities naics: 541512 response Date: 3 January 2025 (1500 Est) contacts: julie Gill, Contracting Officer, Nawcad A2521000 email: Julie.m.gill2.civ@us.navy.mil shawn Harbaugh, Contract Specialist, 301-757-9563, Nawcad A2521016 email: Shawn.k.harbaugh.civ@us.navy.mil reference Number: naval Air Warfare Center – Aircraft Division (nawcad) Intends To Issue A Sole Source Cost Plus Fixed-fee (cpff) Order Under Basic Ordering Agreement (boa), Contract Number N00019-20-g-0005, To Northrop Grumman Systems Corporation (ngsc), 2000 West Nasa Blvd, Melbourne, Fl 32904, For Supporting The Experimentation Of Millimeter Wave 5g Open Radio Access Network (oran) Technology Under The Authority In 10 U.s.c. 2304(c)(l), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. requirements: this Effort Is The Follow On To The Ousd (r&e) Radio Frequency (rf) And Optical Electronic Activities Under N00164-19-9-0001, Awarded To Northrop Grumman In Collaboration With Other Performers On Ousd (r&e)’s Starry Nite And Ship Programs To Develop Associated Antenna Unit And Radio Units. The Contractor Shall Support The 5g Oran Prototyping With The Naval Air Warfare Center Aircraft Division (nawcad) Rapid Prototyping Experimentation And Demonstration (rped) Department At Naval Air Station Patuxent River, Maryland. The Support Includes The Resources Required To Support And Conduct Relevant Experimentation To Mature The Technology Being Developed. The Activity Will Support Risk Reduction And Inform The Stakeholders Through Lab Demonstrations That May Lead Up To The Field Demonstrations, In Assessing The 5g Oran Prototypes. The Effort Also Supports The Transition Of Millimeter Wave (mmw) Open Radio Access Network (oran) Capabilities. further, The Scope Of Work For The Contractor Includes Support To The Government In Experimentation And Risk Reduction Activities Associated With The Prototype Advancements Of The Specialized Antenna Units (au) And Radio Units (ru) That Are To Be Integrated Into Distributed Battle Management Command & Control (bmc2) System Prototypes. The Distributed Bmc2 System Has Specialized Capability Enhancements Leveraging Commercial Technologies. The Prototypes Support Ground, Surface, And Airborne Missions. The Au And Ru Components, Required To Fabricate Into Au And Rus, Are To Be Provided As Government Furnished Equipment (gfe) And Associated Government Furnished Information (gfi) To The Program. ngsc Has Unique Expertise In Multi-foundry Integration, Proven Supply Chain Security, System Of System Frameworks, And Extensive Performer Technical Experience In Its Position As The Lead Systems Integrator. Their Unmatched Ability To Manage The Complex Technological And Operational Requirements Across Multiple Domestic Foundries, While Ensuring Program Integrity And Alignment With The United States Government Security And Industrial Strategies, Makes Them The Only Responsible Source Capable Of Executing This Requirement. responsible Interested Parties May Submit A Capability Statement In Which They Identify Their Interest And Capability To Respond To This Requirement. The Government Will Consider Written And/or Electronic Media Responses To This Announcement Received No Later Than 03 January 2025 (1500 Est) And Can Be Submitted To: shawn Harbaugh, A2521016 nawcad Procurement Group 21983 Bundy Road, Bldg. 441 patuxent River, Md 20670 shawn.k.harbaugh.civ@us.navy.mil a Determination By The Government Not To Compete This Procurement Is Based Upon Responses To This Notice And Is Solely Within The Discretion Of The Government. place Of Performance: Patuxent River, Md

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date12 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Request For Information (rfi) As Defined In Far 15.201 (e). Naval Surface Warfare Center, Port Hueneme Division (nswc Phd) Is Conducting Market Research To Identify Qualified And Responsible Sources That May Be Interested In A Potential Future Procurement For The Manufacture, Assembly, Test, Final Acceptance And Delivery Of Vertical Launching System (vls) Deck And Hatch Assembly (assy). this Rfi 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 Rfi Is Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Award A Contract. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. The Government Will Not Reimburse Any Costs Associated With Responding To This Notice. Information Submitted In Response To This Rfi Will Become The Property Of The United States Government. responses To This Rfi May Be Used To Determine Small Business Set-asideopportunities. All Small Business Set-aside Categories Will Be Considered Under North American Industry Classification System (naics) Code 332999 All Other Miscellaneous Fabricated Metal Product Manufacturing. In Accordance With Far 52.219-14, Limitations On Subcontracting, Small Business Concerns Are Reminded That In Performance Of Contracts Awarded Under Small Business Set-aside Procedures, At Least 50% Of The Cost Of Manufacturing The Supplies, Not Including The Cost Of Materials, Shall Be Performed By The Concern. interested Parties Shall Address The Following In Their Rfi Submissions: 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 interested Parties Shall Submit A Capability Statement That Succinctly Addresses The Following Items To Demonstrate The Contractor's Capability To Perform The Requirements Of The Attached Draft Statement Of Work (sow): (a) The Contractor'sability To Manage, As Prime Contractor, The Types And Magnitude Of Tasking In The Draft Sow; (b) The Contractor'stechnical 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, At Least 50% Of The Cost Of The Contract Incurred For Manufacturing The Supplies, Not Including The Cost Of Materials; And (c) The Contractor'scapacity, 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. (d) The Contractor’scertification, Or Potential Approach To Achieving Certification, For International Organization For Standardization (iso) 2001:2015, 2008 Or As9100d. 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. Feedback/questions feedback And Questions Regarding The Feasibility Or Challenges To Perform The Work Described rfi Responses Are Limited To No More Than 20 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, Jerome Pita (jerome.r.pita.civ@us.navy.mil) With Copy To The Contracting Officer, Nayneet Kaur (nayneet.kaur.civ@us.navy.mil). Nswc Phd May Request Further Information Regarding The Capabilities Of Respondents To Meet The Requirements Set Forth In The Rfi. 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.

Municipality Of Conner, Apayao Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 24.7 Million (USD 423.7 K)
Details: Description Republic Of The Philippines Province Of Apayao Municipality Of Conner Local Government Unit Invitation To Bid For; Project Title: Construction Of One (1) Unit Warehouse In Conner, Apayao Location: Paddaoan, Conner, Apayao Project Id: 24mgu-infra-048 The Local Government Unit Of Conner, Apayao, Through The Da-rfo-car Intends To Apply The Sum Of Twenty-four Million Seven Hundred Fifty Thousand Pesos Only (24,750,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of One (1) Unit Warehouse In Conner, Apayao Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Conner, Apayao Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 907 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 2. 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. 3. Interested Bidders May Obtain Further Information From Local Government Unit Of Conner, Apayao And Inspect The Bidding Documents At The Address Given Below From Civil Registrar Office 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders At The Office Of The Municipal Civil Registrar On December 27, 2024. {insert If Necessary: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 5. The Local Government Unit Of Conner, Apayao Will Hold A Pre-bid Conference On January 3, 2025 @ 10:00 Am At The Lgu-premises, Caglayan, Conner, Apayao Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat In Person At The Office Of Civil Registrar Office On Or Before January 17, 2025 @ 9:00 Am (i) Manual Submission At The Office Address As Indicated Above. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 17, 2025 @ 9:30 Am At The Given Address Below Lgu-premises, Caglayan, Conner, Apayao. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Local Government Unit Of Conner, Apayao 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. 10. Scope Of Work Item No. Description Unit Quantity A.1.1(6) Provision Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer (rental Basis) Month 30 A.1.2(2) Provision Of 4x4 Pick Up Type Service Vehicle For The Engineer On Bare Rental Basis Month 30 A.1.1(11) Provision Of Furniture/fixtures Equipment And Appliances For The Field Office For The Engineer Lumpsum 1.00 B.3 Permit And Clearances Lumpsum 1.00 B.5 Project Billboard/signboard Each 1.00 B.7(2) Occupational Safety And Health Lumpsum 1.00 B.9 Mobilization/demobilization Lumpsum 1.00 B.16 Recognition Plate/project Marker Each 1.00 102(2) Surplus Common Excavation Cu.m. 3,000.00 803(1)a Structural Excavation (common Soil) Cu.m. 1,077.68 804(1)b Embankment From Borrow Cu.m. 218.40 804(4) Gravel Fill Cu.m. 88.09 311(1)e1 Portland Cement Concrete Pavement (280mm Thk.) Cu.m. 398.11 900(1)c2 Structural Concrete (footing And Slab On Fill), Class A, 28 Days Cu.m. 252.88 900(1)c4 Structural Concrete (column), Class A, 28 Days Cu.m. 115.45 900(1)c6 Structural Concrete (beams/girders), Class A, 28 Days Cu.m. 72.60 902(1)a Reinforcing Steel (deformed), Grade 40 Kgs. 45,065.92 903(2) Formworks And Falseworks Sq.m. 1,102.50 1000(1) Soil Poisoning Ltr. 177.48 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel), 100mm Sq.m. 381.28 1046(2)a2 150mm Chb Non-load Bearing (including Reinforcing Steel) Sq.m. 410.26 1047(8) Structural Steel (roof Framing) Bdft. 1,245.83 1014(1)b2 Prepainted Metal Sheets (rib Type, Long Span, Above 0.50mm) M 1,245.83 1013(2)a2 Fabricated Metal Roofing Accessory (flashings, Gauge 26)) M 157.80 1013(2)b1 Fabricated Metal Roofing Accessory (gutters, Gauge 26) M 52.50 1010(2)a Door (flush) Sq.m. 61.68 1007(1)b Aluminum Framed Glass Door (swing) Sq.m. 21.29 1011(1)a Roll-up Door Lumpsum 1.00 1008(1)a Aluminum Glass Windows (sliding) Sq.m. 31.43 1008(1)c Aluminum Glass Windows (awning) Sq.m. 4.32 1008(1)d Aluminum Glass Windows (fix) Sq.m. 6.59 1027(1) Cement Plaster Finish Sq.m. 1,267.24 1018(5) Glazed Tiles Sq.m. 301.00 1018(2) Unglazed Tiles Sq.m. 48.00 1003(1)a1 Carpentry (4.5mm, Metal Frame, Fiber Cement Board) Sq.m. 484.07 1003(1)e2 Carpentry (metal Furring Frame, Pre-painted Metal Panel) Sq.m. 221.27 1032(1)a Painting Works Sq.m. 2,907.48 1051 (1) Railing Lumpsum 1.00 1001(8) Sewer Line Works Lumpsum 1.00 1001(9) Storm Drainage And Downspout Lumpsum 1.00 1002(6) Cold Waterline Works Lumpsum 1.00 1002(4) Plumbing Fixtures Lumpsum 1.00 1001(6) Catch Basin (concrete) Each 10.00 1001(11) Septic Vault Lumpsum 2.00 1100(10) Conduit, Boxes And Fittings (conduit Works/conduit Rough-in) Lumpsum 1.00 1101(33) Wires And Wiring Devices Lumpsum 1.00 1103(1) Lighting Fixtures And Lamps Lumpsum 1.00 1202(6)a1 Fire Extinguisher Lumpsum 7.00 1208(1) Fire Alarm System Lumpsum 1.00 13. For Further Information, Please Refer To: Edmundo B. Desiderio Jr, Ce. Bac Sec Head-infrastructure Office Of The Municipal Engineer Vivian B. Pacis Bac Chairman-infrastructure Office Of The Civil Registrar 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: [philgeps, Local Government Unit Of Conner, Apayao]

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Real Estate Service
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Details: Note: Sam.gov Presolicitation Notices/advertisements For Prospectus-level Projects Must Be Provided To The Office Of Leasing (ol) For Pbs Commissioner S Approval, Prior To Posting. also Note That Prospectus-level Rlps Must Be Reviewed By Ol Prior To Issuance. ************************************************************************************************ note: This Section Is Used For Both The Pre-solicitation Notice/advertisement And The Rlp Procurement Summary presolicitation Notice/advertisement Va Office Of Real Property u.s. Government veterans Administration (va) Seeks To Lease The Following Space: the Va Currently Occupies 10,400 Rentable Square Feet (rsf) Of Optical Laboratory Fabrication And Related Space In A Building Under A Lease In Indianapolis, Indiana, That Will Be Expiring September 20, 2025. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space In The Delineated Area That Potentially Can Satisfy The Government S Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. Otherwise, Va Intends To Sole Source The Requirement To The Incumbent Lessor. state: indiana city: indianapolis delineated Area: north: Washington Street Indianapolis, Indiana east: Tibbs Avenue Indianapolis, Indiana south: Kentucky Avenue Indianapolis, Indiana west: Interstate 465 Indianapolis, Indiana minimum Sq. Ft. (aboa): 10,400 maximum Sq. Ft. (aboa): 10,400 space Type: optical Manufacturing parking Spaces (total): 50 parking Spaces (surface): 50 parking Spaces (structured): 0 parking Spaces (reserved): 0 full Term: 240 Months firm Term: 180 Months option Term: n/a additional Requirements: offered Space Must Be Located Within One Building. offered Space Should Preferably Be Located In An Existing Single Tenant Building. if The Offered Space Is Above The First (1st) Floor Or Has Multiple Floors, A Minimum Of One (1) Passenger Elevator And One (1) Combination (passenger/freight) Elevator Must Be Provided. bifurcated Sites, Inclusive Of Parking, Are Not Permissible. the Following Space Configurations Will Not Be Considered: Space With Atriums, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage. column Size Cannot Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet. offered Space Cannot Be In The Fema 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain) offered Space Must Be Zoned For Va S Intended Use By The Time Initial Offers Are Due. offered Space Will Not Be Considered If Located In Close Proximity To A Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Dispensaries, Alcohol And Or Drug Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths. offered Space Will Not Be Considered If Located In Close Proximity To Residential. offered Space Will Not Be Considered If The Location Is Irregularly Shaped. offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacies, And Shopping. offered Space Must Be Easily Accessible To Multiple Major Highways Which Provide Multiple Routes Of Travel. structured Parking Under The Space Is Not Permissible. offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Requests For Proposals. a Fully Serviced Lease Is Required. offered Space Must Be Compatible With Va S Intended Use. all Submissions Must Include The Following Information: name And Address Of Current Property Owner. address Or Described Location Of Building. location On A Map, Demonstrating The Building Lies Within The Delineated Area; A Statement As To Whether The Building Lies Within The Delineated Area. description Of Ingress/egress To The Building From A Public Right-of-way. description Of The Uses Of Adjacent Properties. fema Map Of Location Evidencing Floodplain Status. a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction. a Document Indicating The Type Of Zoning. a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use. building Owners Shall Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Shall Provide Evidence Of Permission Or Authority Granted By The Property Owner To Submit The Building To Va For Development. any Information Related To Title Issues, Easements, And Restrictions On The Use Of The Building. a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property. if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service-disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120 Other Residential Care Facilities With A Small Business Size Standard Of $42.0 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required To Submit A Capabilities Statement. action: Choose Whether Or Not A Fully Serviced Lease Is Required. Also Choose 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain) Unless Requirement Is Identified By Agency As A Critical Action. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As 100-year Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. ************************************************************************************************ action Required: use This Section For Pre-solicitation Notice/advertisements Seeking Expression Of Interest. Do Not Use For Rlp Procurement Summary. action Required: For Pre-solicitation Notices/advertisements Seeking Expressions Of Interest, Insert The Following Language Only For Potential Sole Source Succeeding Lease Actions. Delete For Procurement Summary Page. do Not Use For Full And Open Procurements. note That Any Figures Used For A Cost Benefit Analysis (cba) Must Be Supportable. consideration Of Non-productive Agency Downtime In A Cba Should Be Rare. expressions Of Interest Due: wednesday, January 15, 2025, 12:00pm Est market Survey (estimated): january 20 22, 2025 occupancy (estimated): september 21, 2025 incumbent send Expressions Of Interest To: name/title: andrew D. Seaman, Lease Contracting Officer 8888 Keystone Crossing Suite 325 indianapolis, In 46240 email Address: andrew.seaman2@va.gov government Contact Information lease Contracting Officer lee M. Grant email Address: lee.grant@va.gov Attachment - Vosb Or Sdvosb Status this Is Not A Request For Proposals, Only A Request For Information For Planning Purposes, And Does Not Constitute A Solicitation. A Solicitation May Or May Not Be Issued. the Naics Code For This Procurement Is 531120 Other Residential Care Facilities With A Small Business Size Standard Of $42.0 Million. Responses To This Notice Will Assist In Determining If The Acquisition Should Be Set-aside For Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127. the Magnitude Of The Anticipated Construction/buildout For This Project Is: __ (a) Less Than $25,000; __ (b) Between $25,000 And $100,000; X (c) Between $100,000 And $250,000; __ (d) Between $250,000 And $500,000; __ (e) Between $500,000 And $1,000,000; __ (f) Between $1,000,000 And $2,000,000; __ (g) Between $2,000,000 And $5,000,000; __ (h) Between $5,000,000 And $10,000,000; __ (i) Between $10,000,000 And $20,000,000; __ (j) Between $20,000,000 And $50,000,000; __ (k) Between $50,000,000 And $100,000,000; __ (l) More Than $100,000,000. va Makes Monthly Rental Payments In Arrears Upon Facility Acceptance And May Elect To Make A Single Lump-sum Payment Or Amortize Over The Course Of The Firm Term For Specified Tenant Improvements. Va Makes No Progress Payments During The Design Or Construction/build-out Phases Of The Project. project Requirements: This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including Design And Construction Of The Facility Described Above, For A Term Of Up To 15 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Technical Information Library At The Following Link: Https://www.cfm.va.gov/til/leasing.asp. sdvosb And Vosb Firms Are Invited To Provide Information To Contribute To The Market Research For This Project. Sdvosb And Vosb Firms Must Be Registered In Va S Vendor Information Pages (vip) Site At Https://www.vip.vetbiz.gov/. All Business Concerns Must Have The Technical Skills And Financial Capabilities Necessary To Perform The Stated Requirements. All Business Concerns Are Requested To Submit A Capabilities Statement If They Are Interested In Participating In This Project. A Submission Checklist And Information Sheets Are Provided Below For Firms To Fill Out And Submit, Which Will Serve As The Firm S Capabilities Statement. capabilities Statement: 1. Company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, And E-mail Address; 2. Evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov); 3. Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov ), Including A Copy Of The Representations And Certifications Made In That System; 4. A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To The Project Described Above. (3-page Limit); 5. Evidence Of Capability To Obtain Financing For A Project Of This Size. if Desired, The Company May Also Submit A Narrative Describing Its Capability. although This Notice Focuses On Sdvosb And Vosb, We Encourage All Small Businesses And Other Interested Parties To Respond For Market Research Purposes. capabilities Statement submission Checklist And Information Sheet indianapolis, In Domiciliary Lease Pre-solicitation Notice company Name: __________________________________________ company Address: __________________________________________ dunn And Bradstreet Number: __________________________________________ uei Number: __________________________________________ point Of Contact: __________________________________________ phone Number: __________________________________________ email Address: __________________________________________ the Following Items Are Attached To This Capabilities Statement: Evidence Of Sdvosb Or Vosb Status Through Registration At Vetcert (veteran Small Business Certification); Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov), With Representations And Certifications; A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate The Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To (input Project Specific Nusf). (3-page Limit); And Evidence Of Capability To Obtain Financing For A Project Of This Size. if Desired, The Company May Also Submit A Narrative Describing Its Capability, Not To Exceed Two (2) Pages. by: _________________________________________________ (signature) __________________________________________________ (print Name, Title, Date) hidden And Deleted By Macro

City Government Iligan Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 6.7 Million (USD 114.9 K)
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 1 Cy 2023 Intend To Apply The Sum Of P6,743,095.30 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Halfway House Including Amenities, Brgy. Rogongon, Iligan City With Project No. Cb(b)-24-123 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Construction Of Halfway House Including Amenities, Brgy. Rogongon, Iligan City • Earth Works - Excavation For Foundations , Septic Vault,ground Tank, Grease Trap And Catch Basin - Backfilling, Earth Fill And Gravel Fill For Foundations And Building Area • Concrete Works - Concreting For Foundations ,columns, Beams, Ground Floor And 2nd Floor Slabs, Staircase , Roof, Septic Vault, Ground Tank, Grease Trap And Catch Basin - Formworks For Columns And Beams, And Scaffoldings For Building Construction • Masonry Works - Chb Walling For Building Exterior (foundation To 2nd Floor) ,chb For Ground Floor Interior Walling Up To Floor Line, Chb For Septic Vault, Ground Tank, Grease Trap And Catch Basin • Steel Reinforcement - Installation Of Deformed Steel Reinforcing Bars For Concrete And Masonry Structures • Steel Works - Construction Of Roofing Trusses And Purlins • Doors & Windows - Fabrication & Installation Of Ground Floor Doors And Windows (exterior) • Tinsmithry - Building Roofing Using Prepainted Rib-type Roofing Sheets And Prefab Ridge Rolls • Plumbing - Laying Of Embedded Waste And Water Lines For Ground Floor And Second Floor I. Project Billboard (q = 2.00 Sets) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2" X 3" X 14' Coco Lumber, 2" X 3" X 10' Coco Lumber, 2" X 2" X 8' Coco Lumber, Assorted Sizes C.w. Nails. Ii. Occupational Safety And Health Program (q = 1.00 L.s.) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Iii. Permits And Clearance (q = 1.00 L.s.) Includes Fire Safety Evaluation Fee, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3). Iv. Mobilization / Demobilization (q = 1.00 Lot) V. Earthworks (q = 253.00 Cu.m.) A. Excavation (q = 131.00 Cu.m.) Includes Volume To Be Excavated. B. Earth Fill (q = 85.00 Cu.m.) Includes Volume For Earth Fill (includes Compaction): Petrun Soil (for Earth Fill) (w/ Compaction). C. Gravel Bedding (q = 37.00 Cu.m.) Includes Volume For Gravel Bedding: 1-1/2" Gravel Bedding (0.10m Thk.). Vi. Concrete Work, Formwork &. Scaffolding (q = 148.31 Cu.m.) Includes Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Washed Gravel, (for Formworks And Scaffoldings): 1.2mm Thk. X 1.0m Width Composite Steel Deck, 4'x8'x1/4"thk. Marine Plywood, 2" X 2" X 12' Coco Lumber, Assorted Sizes C.w. Nails, Steel Scaffolding (including Complete Accessories) Vii. Masonry Work ( Q = 598.28 Sq.m.) Includes 4" X 8" X 16" Chb (700psi), Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Skim Coat (20kg). Viii. Steel Reinforcement ( Q = 22,027.74 Kgs.) Includes 20mmø X 6000mm Dsb (grade 40), 16mmø X 6000mm Dsb (grade 40), 12mmø X 6000mm Dsb (grade 40), 10mmø X 6000mm Dsb (grade 40), #16 Gi Tie Wire. Ix. Steel Work ( Q = 257.00 Lengths) Includes 50mm X 50mm X 6mm Thk. Angle Bar (6m/length), 38mm X 38mm X 6mm Thk. Angle Bar (6m/length), 50mm X 50mm X 2mm Thk Tubular Bar (6m/length), 50mm X 100mm X 1.2mm Thk. C-purlins (6m/length), 1.2m X 2.4m X 10mm Thk. Ms Plate, Welding Rod (6011), Grinding Disk, Cutting Disk. X. Doors &. Windows (q = 15.00 Units) Includes D1: 4000mm X 2150mm (4 - 1000mm X 2150mm Panels) Fixed Glass Partition W/ Aluminum Framed Double Glass Swing Door, W/ Complete Accessories; D6: 800mm X 2150mm Flush Door, Including Door Knob, Jambs And Accessories; Wl: 2300mm X 1200mm (4 - 600mm X1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W2: 2500mm X 1200mm (2 - 1250mm X 1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W3: 2500mm X 800mm (2 - 1250mm X 800mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W4: 600mm X 600mm Analok Frame Awning Window W/ 1/4" Thk. Bronze Glass. Xi. Tinsmithry (q = 227.00 Ln.m.) Includes 1.1m X 0.50mm Thk Prepainted Rib-type Roofing, 0.9m X 2.4m X 0.5mm Thk. Prefab Ridge Roll, Tek Screw, Vulca Seal, 5mm Thk X 1000mm Insulation Foam (50m/roll), Touch-up Paint (500ml/can) . Xii. Plumbing (q = 1.00 Lot) Includes 4"x 4" Floor Drain, Stainless; 6" Dia. X 10' Pvc Pipe, S-1000; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. X 10' Pvc Pipe, S-1000; 6" Dia. Pvc Cleanout; 6" Dia. Pvc Coupling; 4" Dia. Pvc Elbow, 1/4 Bend; 4" Dia. Pvc Sanitary Tee; 4" Dia. Pvc Cleanout; 4" Dia. Pvc P-trap; 4" Dia. Pvc Coupling; 6" To 4" Pvc Tee Reducer; 4" To 2" Pvc Tee Reducer; 4" To 2" Pvc Bushing Reducer; 2" Dia. Pvc Elbow, 1/4 Bend; 2" Dia. Pvc Wye; 2" Dia. Pvc Tee; 2" Dia. Pvc P-trap; 2" Dia. Pvc Cleanout; 2" Dia. Pvc Coupling; Pvc Cement,400 Cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i. Tee; 1/2" Dia. X 4" G.i. Nipple; 1/2" Dia. G.i. Coupling; 1/2" Dia. X 20' G.i. Pipe, S-40; 1/2" Dia. Float Valve; 1/2" Dia. Gate Valve; Teflon Tape (big). Approved Budget For The Contract (abc): P 6,743,095.30 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Sixty (160) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1.pre - Procurement: October 18, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2.issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 3.pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4.submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5.opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P10,000.00 To The Iligan City Government Cashier, At The Bac Office, 2nd Floor, City Hall Main Building, Buhanginan Hills, Pala-o, Iligan City. The Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-123 (ceo-infra)
3441-3450 of 3580 archived Tenders