Fabrication Tenders
Fabrication Tenders
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Bridge Construction
United States
Details: 24 January 2025
action Code: Pre-solicitation/synopsis
subject: Market Research – F.e. Walter Dam Repairs
solicitation No.: W912bu25r0019 – F.e. Walter Dam Rehabilitation
set-aside Code: Small Business
response Date: 10 February 2025
place Of Performance: White Haven, Pa
the U.s. Army Corps Of Engineers, Philadelphia District, Intends To Award A Firm Fixed Contract To Perform Repair Work Of The Francis E Walter Dam Located In White Haven, Pa.
the Fe Walter Dam Repair Work Will Consist Of:
a. The Rocker Bearings At Pier 2 Have Rocked Off Their Keeper Key (photographs And Inspection Report To Be Provided With Solicitation). The Bearings Would Be Repaired By Temporarily Jacking The Bridge Girders, Removing The Existing Anchor Bolts, Sliding The Keeper Plate Back (or Fabricate A New One, Or Modify The Existing One), And Reset The Bearings.
b. The Anchor Bolts At The Fixed Bearings At Pier 2 Are Corroded And Have No Washers (photographs And Inspection Report To Be Provided With Solicitation). Remove The Nuts And Install New Nuts And Washers.
c. Lubricate All Bearings.
d. Numerous Concrete Spalls And Delaminations Are Noted On The Piers And Abutments (photographs And Inspection Report To Be Provided With Solicitation). The Deteriorated Concrete Will Be Removed And Replaced With New Concrete.
e. The Deck Is In Satisfactory Condition, But The Top Surface Is Moderately Scaled (photographs And Inspection Report To Be Provided With Solicitation). A Thin Overlay Will Be Applied To Restore The Surface And Seal The Deck From Any Water Intrusion.
traffic Control Is Anticipated As All Work Will Be Conducted On A Service Bridge Adjoining A Public Roadway. Although The Physical Bridge Is Considered A Restricted Area, The Adjoining Roadway Will Be Open To Public Travel And Construction Activities Will Need To Be Given Special Consideration Depending On The Time Of The Year This Work Is Conducted.
the Period Of Performance Is 180 Calendar Days. Work On The Project Is Anticipated To Begin 30 Calendar Days After Contract Award And Completed 180 Calendar Days After Commencement Of Work.
solicitation Number W912bu25r0019 Will Be Issued On Or About 28 February 2025, With Proposals Due On Or About 31 March 2025. The Estimated Cost Range Of This Project Is Between $500,000 And $1,000,000.
the Naics Code For This Project Is 237310 Highway, Street, And Bridge Construction And The Small Business Size Standard Is $45 Million.
responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. Narratives Are Requested With The Following Information, Which Shall Not Exceed A Total Of Eight (8) Pages.
offeror’s Name, Address, Points Of Contact With Telephone Numbers And E-mail Addresses.
business Size/classification To Include Any Designations As Small Business, Hubzone, Service Disabled Veteran Owned, 8(a), Women-owned Small Businesses Shall Be Indicated On First Page Of Submission.
provide Construction Bonding Level Per Single Contract/task Order. Provide The Aggregate Sum Total Construction Bonding Level. Provide Both Capabilities Which Must Be Expressed In U.s. Dollars; Along With Current Available Bonding Capacity.
description Of Capability To Perform Similar Or Same Projects Listed Above, Manage Subcontractors, Prepare And Comply With Various Environmental And Construction Permits, And Capacity To Execute This Project With Other Ongoing Construction Contracts.
past Performance/experience On Projects Of Similar Scope And Magnitude, Describing No More Than Five (5) Projects That Are At Least 50% Construction Complete Within The Past Five Years. The Past Performance Information Should Include Project Title, Location, General Description Of The Construction To Demonstrate Relevance To The Proposed Projects, The Offeror’s Role, Dollar Value Of Contract, And Name Of The Company, Agency Or Government Entity For Which The Work Was Performed With Contact Information (reference Name, Phone Number And E-mail Address).
responses Should Be Sent To Frederick Conway, At Frederick.conway@usace.army.mil On Or Before February 10, 2025, At 2:00 Pm Est.
Closing Date10 Feb 2025
Tender AmountRefer Documents
Oriental Mindoro Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For Construction Of Multi-purpose Building (municipal Compound) At Santiago, Naujan, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 20% Development Fund 2024 Intends To Apply The Sum Of Nineteen Million Nine Hundred Ninety Four Thousand Five Hundred Seventy Five Pesos And 93/100 (php 19,994,575.93) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “construction Of Multi-purpose Building (municipal Compound) At Santiago, Naujan, Oriental Mindoro (ib No. Cw-2025-007)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 318 Calendar Days. Bidders Should Have A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Item No. Description Qty/unit A.1.1(3) B.3 B.7 (1) B.5 800(1) 803(1)a 804(1)a 804(1)b 804(4) 807(7) 900(1)c2 900(1)c3 900(1)c4 900(1)c5 900(1)c6 902(1)a 903(2) 1046 (2) A1 1046 (2) A2 1004(2) 1007(1)a 1008(2) 1010(2)b Spl-1 1003(1)a1 1003(1)e2 1018(5) 1018(2) 1053(1)a 1027 (1) 1051(6) Spl-2 1032(1)a 1032 (1) С 1032 (2) 1016(1)b 1013(2)a2 & 1013(2)b1 1014)1)b2 1047(2)a 1047 (2) B 1047(10) 1001(10) & 1002(24) 1002(4) 1001(6) 1001(11) 1100 (10) 1101(33) 1102 (1) 1103(1) 807(2) Construction Of Field Office For The Engineer Permits And Clearances Occupational Safety And Health Program Project Billboard/ Sign Board Clearing And Grubbing Structure Excavation (common Soil) Embankment From Structure Excavation Embankment From Borrow Gravel Fill Garden Soil Structural Concrete (footing And Slab On Fill), Class A, 28 Days Structural Concrete (footing Tie Beam), Class A, 28 Days Structural Concrete (column), Class A, 28 Days Structural Concrete (suspended Slab), Class A, 28 Days Structural Concrete (beams/girders), Class A, 28 Days Reinforcing Steel (deformed), Grade 40 Formworks And Falseworks 100mm Chb Non-load Bearing (including Reinforcing Steel) 150mm Chb Non-load Bearing (including Reinforcing Steel) Finishing Hardwares Aluminum Framed Glass Door (sliding Type) Aluminum Glass Windows Wooden Panel Door Fabricated Stainless Steel Signages 4.5mm Fiber Cement Board Ceiling On Metal Frame Ceiling Prepainted Metal Panel Ceiling On Metal Frame Glazed Tiles Unglazed Tiles Carpet Floor Tiles Cement Plaster Finish Railings Interior Design Painting Works, Masonry, Concrete & Ceiling Painting Works, Steel Varnishing Works Waterproofing Fabricated Metal Roofing Accessory Prepainted Metal Sheets, Long Span, Above 0.427mm, Rib Type Structural Steel, Trusses Structural Steel Purlins Metal Structure Accessories Pipes With Fittings Connection & Cold Water Lines Plumbing Fixtures Catch Basin Septic Vault (concrete/chb) Conduit, Boxes, And Fittings (conduit Works/conduit Rough-in) Wires And Wiring Devices Panelboard With Main & Branch Breakers Lighting Fixtures And Lamps Softscape 1.00 L.s 1.00 L.s 5.70 Mo. 1.00 Ea 399.52 M2 732.83 M3 661.40 M3 459.34 M3 32.04 M3 27.83 M3 130.09 M3 20.77 M3 47.64 M3 55.52 M3 84.84 M3 50,155.35 Kg 1,897.63 M2 827.29 M2 502.85 M2 1.00 L.s 6.30 M2 1.00 L.s 56.88 M2 1.00 L.s 492.82 M2 176.16 M2 388.50 M2 241.13 M2 90.56 M2 2,255.99 M2 1.00 L.s 1.00 L.s 2,748.81 M2 836.07 M2 113.76 M2 26.50 M2 126.63 M 320.52 M2 5,299.86 Kg 1,588.26 Kg 1.00 L.s 1.00 L.s 1.00 L.s 1.00 L.s 1.00 L.s 1.00 L.s 1.00 L.s 1.00 L.s 1.00 L.s 1.00 L.s 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. The Pgom Will Hold A Pre-procurement Conference On January 10, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025 To February 03, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (php 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Pgom Will Hold A Pre-bid Conference On January 20, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 03, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 03, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 10. The Pgom Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camimil, Calapan City, Oriental Mindoro (january 20, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date3 Feb 2025
Tender AmountPHP 19.9 Million (USD 341.9 K)
Oriental Mindoro Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For Construction Of Multi- Purpose Building (auditorium) At Pola, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The Sb No. 2 - 20% Df 2024 Intends To Apply The Sum Of Nineteen Million Nine Hundred Ninety Eight Thousand Seven Hundred Seventy Five Pesos And 30/100 (php 19,998,775.30) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “construction Of Multi- Purpose Building (auditorium) At Pola, Oriental Mindoro (ib No. Cw-2025-008)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 256 Calendar Days. Bidders Should Have A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Item No. Description Qty/unit A.1.1(3) B.3 B.5 B.7 (1) Spl-i Spl-ii 104(2)a 803(1)a 804(4) 807(2) 900(1)c1 900(1)c3 900(1)c4 900(1)c6 902(1)a 903(2) 1046(2)a1 1046(2)a2 1004(2) 1007(1)b 1008(1)c 1008(1)d 1010(2)b 1003(1)a1 1003(1)e2 1003(1)g2 1018(1) 1018(2) 1027 (1) 1032(1)a 1032 (1) C 1032 (2) 1013(2)a2 & 1013(2)b1 1014(1)b2 1047(1) & 1047(10) 1047(2)b 1051(6) 1001(10) & 1002(27) 1002(4) 1001(11) 1001(6) 1101(33) 1100 (10) 1103(1) 1102(1) 1102(7) 1102(8) 1102(13) 1208(1) Construction Of Field Office For The Engineer Permits And Clearances Project Billboard/sign Board Occupational Safety And Health Program Fabricated Concrete Signage Cr Wall Partition Embankment From Borrow (common Soil) Structure Excavation (common Soil) Gravel Fill Softscape Structural Concrete (footing And Slab On Fill), Class A, 28 Days Structural Concrete (footing Tie Beam), Class A, 28 Days Structural Concrete (column), Class A, 28 Days Structural Concrete (beams/girders), Class A, 28 Days Reinforcing Steel (deformed), Grade 40 Formworks And Falseworks 100mm Chb Non-load Bearing (including Reinforcing Steel) 150mm Chb Non-load Bearing (including Reinforcing Steel) Finishing Hardwares Aluminum Framed Glass Door (swing Type) Aluminum Glass Windows (awning) Aluminum Glass Windows (fixed) Wooden Doors (wood Panel) 4.5mm Fiber Cement Board Ceiling On Metal Frame Ceiling Prepainted Metal Panel Ceilling On Metal Frame Ceiling Pvc Ceiling On Metal Frame Ceiling Glazed Tiles And Trims Unglazed Tiles Cement Plaster Finish Painting Works, Masonry, Concrete Painting Works, Steel Varnishing Works Fabricated Metal Roofing Accessory Prepainted Metal Sheets, Long Span, Above 0.427mm, Rib Type Structural Steel & Metal Structure Accessories Structural Steel Purlins Railings Pipes With Fittings Connection, Plumbing Works Plumbing Fixtures Septic Vault (concrete/chb) Catch Basin Wires And Wiring Devices Conduit, Boxes, And Fittings (conduit Works/conduit Rough-in) Lighting Fixtures & Lamps Panel Board W/ Main & Branch Breaker Automatic Transfer Switch, Breaker Type Pad Mounted Distribution Transformer (oisc) With Complete Accessories Current Transformer Fire Alarm System 1.00 L.s. 1.00 L.s. 1.00 Ea 8.53 Mo. 1.00 L.s. 1.00 L.s 359.64 M3 425.00 M3 26.50 M3 1.00 L.s 137.56 M3 41.13 M3 50.05 M3 47.63 M3 22,896.00 Kg 1,224.39 M2 476.43 M2 418.60 M2 1.00 L.s. 7.56 M2 7.37 M2 85.21 M2 21.00 M2 521.83 M2 125.76 M2 151.97 M2 580.70 M2 95.95 M2 1,383.94 M2 1,380.06 M2 1,817.88 M2 42.00 M2 189.30 M 768.00 M2 1.00 L.s 3,380.13 Kg 1.00 L.s. 1.00 L.s. 1.00 L.s. 1.00 L.s. 1.00 L.s. 1.00 L.s. 1.00 L.s. 1.00 L.s. 1.00 L.s. 2.00 Set 1.00 L.s. 1.00 L.s. 1.00 L.s. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. The Pgom Will Hold A Pre-procurement Conference On January 10, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025 To February 03, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (php 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Pgom Will Hold A Pre-bid Conference On January 20, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 03, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 03, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 10. The Pgom Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camimil, Calapan City, Oriental Mindoro (january 20, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date3 Feb 2025
Tender AmountPHP 19.9 Million (USD 342 K)
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n793.09|2b2|n/a|kyle.r.matsinger.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|x||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports||n/a|n00383|tbd|tbd|tbd|tbd|||||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months After Date Of Delivery|45 Days After Discovery Of Defect|||||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
limitations On Pass-through Charges (jun 2020)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American--balance Of Payments Program (feb 2024)|1||
royalty Information (apr 1984)|1||
annual Representations And Certifications (may 2024)|12|332919|750|||||||||||
facsimile Proposals (oct 1997)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
this Is A Competitive Spares Requirement For The Items Listed In This Solicitation.
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.
\
1. Scope
1.1 . Markings Shall Be In Accordance With Mil-std-130.
1.2 Pre-award / Post Award Requirements:
due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended.
1.3 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved
will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The
sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation:
(a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The
same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval.
(b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors.
(c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents.
(d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings,
forgings, Etc.
(e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics
should Be Discernible From All Other Characteristics.
the Above Requirements Are A Subset Of Requirements Specified In The Aso
source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With
mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval
brochure.
1.4 Sampling Rates (aqls) Indicated Below Shall Be Used In Accordance With
ansi Z1.4 For Single Sampling And A General Inspection Level Of Ii.
1.5 In Addition To The 100% Pco Mandatory, Critical And Major Characteristics,
attributes For Plating, Hardness And Non-destructive Testing Will Be Inspected
one Hundred Percent.
1.6 Contractor Shall Develop A System For Identification Of Individual
piece Parts For Traceability Purposes. Markings Shall Not Be Permanent.
1.7 An Aql Of 1.5 Will Be Used For Class 3 Threads And Dimensions, And
geometric Feature Controls With A Tolerance Range Of .010 Or Less.
1.8 For Minor Characteristics, A Sampling Rate Determined By The Contractor
and Subject To Qar Approval Will Be Used.
1.9 The Material Covered In This Contract/purchase Order Will Be Used In A
crucial Shipboard System Enabling The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems Or Loss Of Aircraft. Therefore,the Material Has Been
designated As Critical Material And Special Control Procedures Are Invoked
to Ensure Receipt Of Correct Material.
1.10 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;nawc Lakehurst; Drawing Number ( ;6544d025-3; ) ;80020; , Revision ;g; And All Details And Specifications Referenced Therein.
1.11 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not
be Provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced
specification.
1.12 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c.
2. Applicable Documents
drawing Data=6530c124 |80020| H| |d| | | |
drawing Data=6544d025 |80020| G| |d| | | |
3. Requirements - Not Applicable
4. Quality Assurance
indal Technologies Is A Canadian Company Whose Welding Certification Is In Accordance With The Canadian Welding Bureau (cwb) Vice Navsea Welding Certification Standards. Per Rei 23-22058 The Cwb Welding Certification Is Acceptable.
quality Assurance Requirements
1. The Contractor Shall Perform Quality Conformance And Lot Sampling Inspection For All Associated Features That Are Present In The Drawings And Specifications:
a. Features/attributes/requirements Classified As Critical And Major On The Drawing(s) Or Within The Technical Specification Shall Be Inspected And Shall Have The Actual Dimensions Documented 100%;
b. Attributes For Plating, Hardness, And Non-destructive Testing Shall Be Inspected 100%;
c. Class 3 Threads, Dimensions, And Geometric Feature Controls With A Tolerance Range Of .010 Or Less Shall Be Inspected Using An Aql Of 1.5 And The General Inspection Level Ii As Defined By Ansi Z1.4
d. Minor Characteristics: Sampling Shall Be Inspected Using An Aql Of 4.0 And The General Inspection Level Ii As Defined By Ansi Z1.4.
2. First Article Testing:
the Contractor Shall Conduct First Article Testing On This Item Of Alre/se And Must Address All Elements Listed Below And Prepare A First Article Test Report Documenting The Outcome. Unless Otherwise Specified, The Report And Its Acceptance Shall Be Per The
provisions Of The Applicable Contract Data Requirements List (cdrl).
a. Requirements:
i. First Article Quantity Is One (1); In Uncoated Condition.
ii. The First Article Shall Be Available For Government Evaluation Per The Contract Schedule. The Evaluation Shall Be Conducted In The Presence Of The Government Personnel.
iii. The Contractor Shall Provide Facilities And Personnel Sufficient To Conduct All Necessary Tests To Establish Conformance;
iv. The Contractor Shall Have Available For Review All Certifications, Test Reports, In-process Inspection Documents Needed To Substantiate Product Quality; This Same Documentation Shall Also Be Included In The First Article Test Report;
v. The Contractor Shall, At The Time Of First Article, Have Corrected Any Problem Areas Deemed Significant And Documented As Deficient By The Government Within His/her Quality Assurance System Not Previously Identified During Prior Evaluations And/or Surveys;
any Problems Identified During The Conduct Of The Test Will Also Require Correction.
b. Testing And Evaluation:
i. The Contractor Shall Accomplish 100% Inspection And/or Testing Of All Critical, Major, And Minor Dimensions And/or Requirements Identified In The Drawings, Drawing Notes, And Process And Fabrication Specifications. Results Shall Consist Of Actual Dimensions,
measurements, And Test Outcomes And Shall Be Recorded Andincluded In The First Article Test Report.
c. Acceptance/reject Criteria:
i. Satisfactorily Meeting All Requirements Cited In The First Article Testing "requirements" Paragraph Above And Satisfactorily Demonstrating 100% Conformance To The Test And Evaluation Elements Cited In The First Article Testing "testing And Evaluation"
paragraph Above Shall Constitute Acceptance Of The First Article;
ii. Failure To Meet Any Of The Conditions In The First Article Testing "requirements" Paragraph Above Or The First Article Testing "testing And Evaluation" Paragraph Above Shall Be Cause For Rejection.
d. Delivery:
i. The Accepted First Article Exhibit May Be Delivered And Counted Along With The Contract Production Quantities Providing The Item Has Not Been Damaged During Testing, And Has Been Found To Be Conforming;
ii. The Contractor Is Responsible For Preparing The First Article Test Report In Accordance With Cdrl's.
3. Production Lot Special Tests: N/a
4. For Purposes Of This Tdr, The Term Ndt Shall Refer To The Following Methods: Mt - Magnetic Particle Testing, Pt - Penetrant Inspection, Ut - Ultrasonic Testing, Rt - Radiographic Testing, And Vt - Visual Testing.
5. Companies Performing Ndt Shall Be Nadcap Accredited, Or A Laboratory Accredited By One Of The Organizations Listed Below As Satisfying Iso 17025 (general Requirements For The Competence Of Testing And Calibration Laboratories). Ndt Certificates Shall Be Bear
the Symbols Of Accreditation And The Accreditation Body.
a. American Association For Laboratory Accreditation (a2la)
b. Ansi National Accreditation Board (anab)
c. International Accreditation Service, Inc (ias)
d. National Voluntary Laboratory Accreditation Program (nvlap)
e. Perry Johnson Laboratory Accreditation, Inc (pjla)
f. Canadian Association For Laboratory Accreditation Inc. (cala)
g. Standards Council Of Canada (scc)
4.1 Review Documentation As Provided Under Dd 1423 Requirements.
4.2 The Test To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below
4.2.1 Dimensional Test (special)
;applies;
4.2.2 Requirements Of:
;lke Drawing Package;
4.2.3 Form
;applies;
4.2.4 Fit
;n/a;
4.2.5 Function
;n/a;
4.2.6 Compliance With Drawing ( ;80020; ) ;6544d025; , Revision ;g; And Specifications Referenced Therein.
4.3 In Addition To The Above Tests, The First Article(s) To Be Inspected Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With The Contract Requirements
4.4 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Inspection
4.5 The Contractor Shall Notify The Pco, Aco, And Qar Fourteen (14) Days Prior To Conducting The First Article Test So That The Government May Witness Such Testing.
4.5.1 The Qar Shall Be Present To Witness All First Article Testing.
4.5.2 The Following Additional Personnel Shall Witness The First Article Testing: ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834
e-mail: Roy.a.janney.civ@us.navy.mil;
4.6 Disposition Of Fat Samples
4.6.1 ;n/a; Sample(s) May Be Destroyed During Testing.
4.6.2 ;applies; Unless Otherwise Provided For In The Contract, Sample(s) Shall Remain At The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The
sample(s) Have Inspection Approval Of The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment.
4.7 Test Sample Coating Instructions
4.7.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative If Required.
4.8 Notice To Government Of Testing At The Contractors Facility.
4.8.1 Far 52.209-3 Applies
(a) The Contractor Shall Present ;one; ; Unit(s) Of The Following Cage( ;80020; ; ), Part Number ;6544d025-3; ; , Revision ;g; ; As Specified In This Contract. At Least Fourteen (14) Calendar Days Before The Beginning Of The First Article Testing, The
contractor Shall Notify The Contracting Officer, In Writing, Of The Time And Location Of The Testing So That The Government May Witness The Tests.
(b) The Contractor Shall Submit The First Article Test Report Within 15 Calendar Days From The Date Of Testing To: ;pco; ;
the Contractor Shall Mark The Report "first Article Test Report" And Cite The Contract Number And Lot/item Number. Review Documentation As Provided Under The Dd1423 Requirements.
(c) Within 45 Calendar Days After The Government Inspects The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional
approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The
contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval.
(d) If The First Article Is Disapproved, The Contractor, Upon Government Request Shall Repeat Any Or All First Article Tests. After Each Request For Additional Tests, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First
article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Then Conduct The Tests And Deliver Another
report To The Government Under The Terms And Conditions And Within The Time Specified In Paragraph B Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any
additional Costs To The Government Related To These Tests.
(e) If The Contractor Fails To Present Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract.
(f) Unless Otherwise Provided In The Contract, And If The Approved First Article Is Not Consumed Or Destroyed In Testing, The Contractor May Deliver The Approved First Article As Part Of The Contract Quantity If It Meets All Contract Requirements For
acceptance.
(g) If The Government Does Not Act Within The Time Specified In Paragraph (c) Above The Contracting Officer, Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates
and/or The Contract Price, And Any Other Contractual Term Affected By The Delay.
(h) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Or, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be
allocated To This Contract For 1) Progress Payments, Or 2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government. The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts, And Repair
of The First Article During Any First Article Test.
(i) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To The Effect With Each First Article.
(j) The Test Report (2 Copies) Shall Be In Accordance With Mil-std-831, Unless Otherwise Specified On The Dd1423, And Shall Be Submitted Via The Cognizant Dcmc To Navsup, Attn: (cite Name And Code In Block 10.a Of The Sf33). The Dcmc Shall Provide Comments On
form Dd1222 (2 Copies) Which Shall Be Forwarded With The Test Report. Approval Of The Test Report Is The Pco's Responsibility. Upon Notification Of Approval, Condition Approval, The Aco Shall Execute The Dd250 To Indicate Government Acceptance Of The Test
report.
4.9 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate)
(a) Unless Otherwise Specified In The Solicitation, Navsup Wss Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The
original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That:
(i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And
(ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run.
additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That:
(i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer,
and
(ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause.
(note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States
code, Section 1001.)
(b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And
one That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First
article Approval Requirements
(c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The
government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule
he Offers To The Government.
Offeror's Proposed Alternate Delivery Schedule
(based On Waiver Of First Article Approval Requirements)
within Days:
item No. _____________ Quantity:_______ After Date Of Contract:_________
4.10 . Mandatory Inspection Requirements:
100% Procurement Contracting Officer (pco) Mandatory Inspection Is Required And Shall Be Accomplished At Source Under The Surveillance And Final Approval Of The Cognizant Dcmao Quality Assurance Representative (qar).
during Production, Mandatory Inspection Is Required To Be Accomplished By The Contractor As Follows:
A. Level Of Inspection (loi).
1. Critical Characteristics: 100% Inspection Shall Apply.
2. Major And Minor Characteristics: Loi Shall Be In Accordance With A Sampling Plan Acceptable To The Qar.
B. Critical Characteristics:
;roy Janney Nawcadlke Qa / Tel: (732)-323-2834
e-mail: Roy.a.janney.civ@us.navy.mil;
C. Major And Minor Characteristics
1. Shall Be Defined By The Contractor Subject To Qar Concurrence, Unless Defined On Applicable Drawings And Associated Specifications.
4.11 Special Inspection Requirements
( ;n/a; ) Magnetic Particle Inspection
( ;n/a; ) Surface Inspection
( ;n/a; ) Penetrant Inspection
( ;n/a; ) Radiographic Inspection
( ;n/a; ) Ultrsonic Inspection
( ;applies; ) High Shock Test
( ;applies; ) Mechanical Vibration Test
4.12 Final Inspection Requirement:due To The Critical Nature Of This Item, Representatives Of The Buying
office/and The Cognizant Field Activity, Nawc Lakehurst, Shall Be Notified By The Successful Contractor At Least 14 Days Prior To Presentation To The Dcm Qar Of The Items For Final Inspection So That They May Have The Option Of
witnessing The Final Inspection. The Contractor Shall Notify By Email Or
telefax Pco And Nawc Lakehurst Qa ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834
e-mail: Roy.a.janney.civ@us.navy.mil; To Arrange For The Final Inspection.the Authority Of The Qar Shall Not Be Abrogated. If The Notification Is Not Given To Both Sites Then The Qar Shall Not Accept The Units.
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
this Is An Alre Critical Application Item. For Drawing Updates, See Attached Nawc Lke Drawing Update Sheet.
navsup Reference Only: Procurement Tdr (24-10083)
The Components Being Acquired Under This Solicitation Have Been Classified As "critical" Requiring Engineering Source Approval By Naval Air Systems Command. Only Those Companies Who Have Submitted And Been Approved Will Be Eligible For Award Under This
solicitation. Any Company May Submit A Source Approval Request As Outlined In This Solicitation.
\
date Of First Submission=asreq
16 Remarks
(block 12) Concurrently With Delivery Of Fat Items.
inspection/certification Data Needed To Substantiate The Quality Ofthe First Article Test Unit Shall Be Included In First Article Unit Packaging. The Outside Of The Package That Contains The Data Shall Be Clearly Marked "inspection/certification Data Included".
data Requirements:
a. Copies Of All Approved Requests For Variations.
b. Identification Per Drawing 6544d025.
c. Hydraulic Requirements Per Drawing 6544d025.
d. Electrical Requirements Per Drawing 6544d025.
e. Shock And Vibration Requirements Per Drawing 6544d025.
f. Dimensional Inspection Per Drawing 6544d025.
g. Acceptance Test Per Drawing 6544d025.
date Of First Submission=asreq
16. Remarms:
(block 12) Concurrently With Final Inspection.
data Requirements:
a. Copies Of All Approved Requests For Variations.
b. Identification Per Drawing 6544d025.
c. Hydraulic Requirements Per Drawing 6544d025.
d. Electrical Requirements Per Drawing 6544d025.
e. Coating Per Drawing 6544d025.
f. Shock And Vibration Requirements Per Drawing 6544d025.
g. Dimensional Inspection Per Drawing 6544d025.
h. Acceptance Test Per Drawing 6544d025.
Closing Date6 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Description: Contact Information|4|n774.9|cfa|717-605-1339|darian.m.holley.civ@us.navy.mil|
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|iso9001|
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|see Schedule||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss Mechanicsburg|
equal Opportunity (sep 2016)|2|||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
annual Representations And Certifications (may 2024)|13|334511|1350|x|x||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|||
this Solicitation Is Issued Pursuant To Emergency Acquisition Flexiblities (eaf).
a. Electronic Submission Of Any Quotes, Representations, And Any Necessary Certifications Shall Be Accomplished Via An Email Directed To Darian.m.holley.civ@us.navy.mil.
b. General Requirements: Mil-std Packaging, Government Source Inspection Required.
c. All Freight Is Fob Origin.
d. This Rfq Is For A Buy/procurement. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
e. Only A Firm-fixed Price (ffp) Will Be Accepted.
f. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Source. Award Of The Proposed Contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization.
g. Your Quote Should Include The Following Information For Justification Purposes:
- New Procurement Unit Price____________________
- Total Price _____________________
- Procurement Delivery Lead Time (ptat) _________________ Days
- Award To Cage _______________
- Inspection & Acceptance Cage, If Not At Award To Cage _____________
- Cost Breakdown Requested, Including Profit Rate (if Feasible).
- Quote Expiration Date _______________ (90 Days Minimum Is Requested).
h. Important Traceability Notice:
if You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide An Official Letter And/or Email From The Oem Confirming That Your Company Is An Authorized Distributor Of Their Items.
evaluation Factors:
evaluation Utilizing Simplified Acquisition Procedures
The Government Will Issue An Order Resulting From This Request For Quotation To The Responsible Offeror Whose Quotation Results In The Best Value To The Government, Considering Both Price And A Non-price Factors. The Following Factors Will Be Used To Evaluate
quotations In Order Of Relative Importance:
1) Price.
2) Past Performance. The Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine The Following As Appropriate: Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management,
communications Between Contracting Parties, And Customer Satisfaction.
3) Supplier Performance Risk As Described In Dfars 252.204-7024.
(end Of Provision)
quotes Shall Be Received No Later Than The Date Specified In The Solicitation In Order To Be Considered.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Cable Assembly,umbi .
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.
2.2 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.
2.3 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: ;requires A Dd254 For Dwg 5759651 Referenced In Dwg 5894184 Paragraph 3.2.1.2
;
drawing Data=2505827 |10001| K|fn |d|0001 | K|49998|0069956
drawing Data=5205453 |53711| R|fn |d|0001 | R|49998|0256761
drawing Data=5584944 |53711| K|fn |d|0001 | K|49998|0183263
drawing Data=5584944 |53711| K|fn |d|0002 | E|49998|0179735
drawing Data=5584944 |53711| K|fn |d|0003 | K|49998|0253556
drawing Data=5584944 |53711| K|fn |d|0004 | J|49998|0161381
drawing Data=5584944 |53711| K|fn |d|0005 | D|49998|0115012
drawing Data=5584944 |53711| K|fn |d|0006 | D|49998|0112414
drawing Data=5584944 |53711| K|fn |d|0007 | F|49998|0187899
drawing Data=5584944 |53711| K|fn |d|0008 | J|49998|0116711
drawing Data=5584944 |53711| K|fn |d|0009 | H|49998|0215144
drawing Data=5727490 |53711| Y|fn |d|0001 | Y|49998|0345813
drawing Data=5893798 |53711|af|fn |d|0001 |af|49998|0260503
drawing Data=5893798 |53711|af|pl |d|0001 |af|49998|0028067
drawing Data=5893798 |53711|af|pl |d|0002 |af|49998|0030754
drawing Data=5893798 |53711|af|pl |d|0003 |af|49998|0021461
drawing Data=5893799 |53711| E|fn |d|0001 | E|49998|0260362
drawing Data=5894122 |53711| C|fn |d|0001 | C|49998|0264830
drawing Data=5894184 |53711|c4|doc|d|0001 |c4|49998|1464946
drawing Data=5905703 |53711| D|fn |d|0001 | D|49998|0182911
drawing Data=5905703 |53711| D|fn |d|0002 | D|49998|0091495
drawing Data=5906555 |53711| G|fn |d|0001 | G|49998|0273323
drawing Data=6105311 |53711| D|fn |d|0001 | D|49998|0059804
drawing Data=6105312 |53711| D|fn |d|0001 | D|49998|0060032
drawing Data=6105313 |53711| F|fn |d|0001 | F|49998|0081939
drawing Data=6105314 |53711| E|fn |d|0001 | E|49998|0067116
drawing Data=6105315 |53711| E|fn |d|0001 | E|49998|0069468
drawing Data=6105316 |53711| F|fn |d|0001 | F|49998|0063173
drawing Data=6105317 |53711| D|fn |d|0001 | D|49998|0059789
drawing Data=6105318 |53711| D|fn |d|0001 | D|49998|0063558
drawing Data=6105319 |53711| E|fn |d|0001 | E|49998|0075736
drawing Data=6105320 |53711| E|fn |d|0001 | E|49998|0065444
drawing Data=6105321 |53711| F|fn |d|0001 | F|49998|0072768
drawing Data=6105322 |53711| E|fn |d|0001 | E|49998|0066748
drawing Data=6105323 |53711| C|fn |d|0001 | C|49998|0060916
drawing Data=6300526 |53711| N|fn |d|0001 | N|49998|0046326
drawing Data=6935198 |53711| C|doc|d|0001 | C|49998|1039605
drawing Data=757994 |10001| N|fn |d|0001 | N|49998|0058376
drawing Data=758023 |10001| H|fn |d|0001 | H|49998|0140618
document Ref Data=mil-std-129 | | |p |041029|a| |03|
document Ref Data=iso9001 | | | |010417|a| | |
document Ref Data=mil-std-973 | | | |950113|a| |03|
3. Requirements
3.1 Design, Manufacture, And Performance - Except As Modified Herein,
the Cable Assembly,umbi Furnished Under This Contract/purchase Order Shall Meet The
design, Manufacture, And Performance Requirements Specified On Drawing ;5893798;
cage ;53711;
.
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-129; .
3.3 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.)
3.3.1 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.
3.4 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.
3.5 First Article Approval (contractor Testing) - First Article Test (fat) And Approval Is Required.
3.6 Serialization - The Supplier Shall Mark A Serial Number On Each Cable Assembly,umbi In Accordance With ;iwa Dwg 5893798 Rev. "af" Note 9
obtain Serial Number From:
commander Naval Undersea Warfare Center
public Affairs Office
176 Howell St.
newport, Ri, 02841-1708
send Request To Nuwc_npt_serialnumbers@navy.mil
report Unused Serial Numbers To Nuwc_npt_serialnumbers@navy.mil
transfer Of Unused Serial Numbers To Other Contracts Is Prohibited Unless
authorized By The Navunseawarcendiv.;
. Actual Serial Numbers Will Be Assigned ; .
3.7 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).
3.8 ;newvac Contracted Directly With The Usn In Keyport, Washingtonto Perform Tests Per Spec 5894184 With The Confident Spec5759651. Newvac Already Has Approval At Their Expense For Twoopen Contracts Sprmm1-19-c-pa02 & Sprmm1-19-p-pd91. Newvac Doesn't
require A Dd254 For Rfq N00104-23-q-xb69.
;
3.9 ;iaw Dwg 5894184 Rev C4.
paragraph 3.2.3 Environmental
the Type Ii Interface Cable Assemblies Shall Be Capable Of Withstanding Thefollowing Environmental Conditions:
3.2.3.1 Shock. - Paragraphs 3.2.3.1.1 Through 3.2.3.1.3
3.2.3.2 Vibration. - Paragraphs 3.2.3.2.1 Through 3.2.3.2.3
3.2.3.3 Temperature And Humidity.
3.2.3.4 Low Temperature. - Paragraphs 3.2.3.4.1 And 3.2.3.4.2
3.2.3.5 High Temperature. - Paragraphs 3.2.3.5.1 And 3.2.3.5.2
3.2.3.6 Service Life, Operating.;
3.10 ;this 5w5 Cable Assembly Is Defined As Consisting Of A Multiconductor Cable With A Housing Assembly (the Cable Seal Body) As Shown On Dwg 5893798.;
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 Quality System Requirements - The Supplier Shall Provide And Maintain A Quality System Acceptable To The Government. The Quality System Requirements Shall Be In Accordance With Iso 9001.
4.3 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.
4.4 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During
the Performance Of The Contract And For A Period Of Four Years After Final Delivery Of Supplies.
4.5 First Article Test/inspection (contractor) - The Contractor Shall Conduct ;critical Item Production Fabrication Specification Drawing 5894184 Rev C4.;
first Article Test/inspection On ;2
; Unit(s) In Accordance With Requirements ;paragraph 3.1 Thru 3.2.1.2
; .
4.6 Production Lot Test (contractor) - The Contractor Shall Perform 100% Production Testing In Accordance With ;test Shall Be Performed In Accordance With Drawing 5894184 Rev C4
paragraph 3.4.1;
.
4.7 Quality Conformance Inspection - The Contractor Is Responsible For Conducting A Quality Conformance Inspection In Accordance With ;iaw Dwg 5894184 Rev. C4
Documentation
; , Paragraph ;paragraph 4.2.1.3 Documentation
; And Preparing An Inspection Report In Accordance With The Contract Data Requirements List, Dd Form 1423.
4.8 Production Lot Test (contractor) - The Contractor Shall Perform Production Lot Testing In Accordance With ;iaw Dwg 5894184 Rev C4.
paragraphs 3.4.1, 3.4.2, 4.2.1.1 And 4.2.1.2;
.
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=030 Dac
;certificate Of Quality Compliance (coqc).
certificates Of Quality Compliance For The Following Cableassembly Requirements Shall Be Delivered To The Governmentvia Contract Data Requirements List (cdrl).
preproduction Sample Quality Conformance Inspection Andtest Data.
production Quality Conformance Inspection And Test Data.
periodic Sample Quality Conformance Inspection And Testdata.
certificates Of Quality Compliance For The Followingsource Control And Vendor Item Controlled Cable Assemblycomponents Shall Be Delivered To The Government Viacontract Data Requirements List (cdrl).
connector, Receptacle High Pressure, Underwater(pn 5727490-1, -2, -11) Contact Assy, #20 (pn 757994)
copies Of The Certificate Of Quality Compliance Cdrlsshall Be Delivered To The Engineering Support Activity,nuwc Newport:
nwpt.nuwc_8554_qapcdrl@navy.mil
james.c.ferguson1.civ@us.navy.mil
richard.d.penfold2.civ@us.navy.mil
patrick.r.faerber.civ@us.navy.mil
recommend A Post Award Conference Be Conducted Withthe Contractor/supplier To Review The Item Key Features.the Government Engineering Support Activity,nuwc Newport, Would Like To Participate In Theconference If One Is Scheduled.
;
date Of First Submission=030 Dac
;copies Of The Certificate Of Quality Compliance Cdrlsshall Be Delivered To The Engineering Support Activity,nuwc Newport:
nwpt.nuwc_8554_qapcdrl@navy.mil
james.c.ferguson1.civ@us.navy.mil
richard.d.penfold2.civ@us.navy.mil
patrick.r.faerber.civ@us.navy.mil
recommend A Post Award Conference Be Conducted Withthe Contractor/supplier To Review The Item Key Features.the Government Engineering Support Activity,nuwc Newport, Would Like To Participate In Theconference If One Is Scheduled.
;
date Of First Submission=asreq
;pocs:
nwpt.nuwc_8554_qapcdrl@navy.mil
james.c.ferguson1.civ@us.navy.mil
richard.d.penfold2.civ@us.navy.mil
patrick.r.faerber.civ@us.navy.mil
;
Closing Date10 Feb 2025
Tender AmountRefer Documents
Municipality Of Balingoan, Misamis Oriental Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Province Of Misamis Oriental Municipality Of Balingoan -o0o- Municipal Bids And Awards Committee Invitation To Bid For Construction Of Covered Court At Balingoan College - Phase 1 Mantangale, Balingoan, Misamis Oriental Itb No. Bal-apsu2025-009 1.the Local Government Unit Of Balingoan, Through The 20% Lgdf - Cy 2025 Intends To Apply The Sum Of Six Million Seven Hundred Twenty Thousand Eight Hundred Seventy Nine Pesos And 57/100 (php 6,720,879.57) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of Covered Court At Balingoan College - Phase 1. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Local Government Unit Of Balingoan Now Invites Bids For Construction Of Covered Court At Balingoan College - Phase 1 (occupational Safety And Health Program, Removal Of Actual Structures/obstruction, Structural Steel Furnished, Fabricated, And Erected, Structure Excavation (common Soil), Gravel Fill, Backfilling Works, Structure Concrete (slab,footings & Slab On Fill), Class A 28 Days, Structural Concrete (columns, Class A, 28 Days), Reinforcing Steel (deformed, Grade 40), Reinforcing Steel (deformed, Grade 60), Forms & Falseworks, Pre Painted Metal Sheets (longspan), Structural Steel (trusses), Structural Steel (purlins), Metal Structural Accessories (bolts), Metal Structural Accessories (sagrods), Metal Structural Accessories (turnbukles), Metal Structural Accessories (cross Bracing), Metal Structural Accessories (steel Plates), Painting Works (masonry Painting), Painting Works (metal Painting), Masonry Works). Completion Of The Works Is Required 240 Days. 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 Of Instructions To Bidders. 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. (i)bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4.interested Bidders May Obtain Further Information From Bids And Awards Committee (bac) And Inspect The Bidding Documents At The Address Given Below During Regular Office Hours From 8:00 A.m. To 5:00 P.m. Mondays To Fridays Starting January 28, 2025. 5.a Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 10,000.00. 6.bids Must Be Delivered To The Address Below On Or Before February 17, 2025 At Bac Office, Municipal Building, Balingoan, Misamis Oriental. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 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. Activity Date & Time Venue Receipt Of Letter Of Intent (loi) & Issuance Of Bid Documents Jan. 28 - Feb. 14, 2025 8:00 Am – 5:00 Pm Bac Office, Municipal Bldg., Balingoan, Mis. Or. Pre-bid Conference Feb. 4, 2025 @ 10:00 Am. -do- Deadline For Submission Of Bid Documents February 17, 2025 @ 9:30 Am. -do- Opening Of Bids February 17, 2025 @ 10:00 Am. -do- 7.the Bids And Awards Committee 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. 8.for Further Information, Please Refer To: Bac Secretariat Bids And Awards Committee Office Municipal Building, Balingoan, Mis. Or. Cell No. 09915779149 Glaver25@yahoo.com Sgd.reynon C. Ortiz, Enp,lpt Mpdo/bac Chairman Mun. Planning & Devt’ Office Lgu-balingoan, Mis. Or. 9011
Closing Date5 Feb 2025
Tender AmountPHP 6.7 Million (USD 114.9 K)
City Of Pagadian Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Construction/improvement Of Water Park (phase Ix) Item Description Unit Qty. Unit Price Amount Part I General Requirements B.5 Project Billboard/sign Board Ea 1.00 B.7 (2) Occupational Safety And Health Program Ls 1.00 Part Ii Civil Works Part A Concrete Works 900(1)c2 Structural Concrete For Slab On Fill (class A, 28 Days) M³ 7.37 902(1)a Reinforcing Steel Of Concrete Structures Kg 162.80 Part B Roofing Works 1039(1) Aluminum Cladding, 4mm Thk M² 39.00 1047(2)a Structural Steel Roof Framing Kg 63.04 1047(2)b Structural Steel Roof Truss Kg 59.36 Part C Fabricated Materials 1012(3)a Tempered Glass Door (12mm) M2 4.20 1012(4)a Tempered Glass Windows (12mm) M2 87.51 1039(1) Aluminum Cladding, 4mm Thk ( Column) M² 4.71 1051(6) Railings / Handrails Ls 1.00 1722(2) Stainless Steel Railings With 12mm (1/2mm") Clear Glass Ls 1.00 Part D Tile Works 1018(2) Unglazed Tiles M2 230.10 Spl- 1 Stairnosing (rubber) Ls 1.00 Part E Landscaping 741(1) Concrete Paving Blocks (hardscape) M² 293.60 Part Iii Electrical Works 1100(10) Conduits, Boxes, And Fittings L.s. 1.00 1101(33) Wires And Wiring Devices L.s. 1.00 1102(21) Power Load Center, Switchgear, And Panel Boards L.s. 1.00 1103(1) Lighting Fixtures L.s. 1.00 Total Invitation To Bid The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Contract Reference No. Infra-2025-01-09 Name Of Contract: Construction/improvement Of Water Park (phase Ix), Brgy. San Pedro 2saip24-8000rf-2a4 Approved Budget For The Contract -p 4,890,139.71 Completion Of Work -120 Calendar Days Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid February 3,2025 To February 10, 2025 2-issuance And Availability Of Bidding Documents February 3, 2025 To February 17, 2025 3-pre-bid Conference February 5, 2025 4- Submission And Receipt Of Bids /bid Opening February 17, 2025 The Bac Will Issue To Prospective Qualified Bidders, Bidding Documents At The Bac Secretariat, Office Of The City Planning And Development Coordinator, Pagadian City, Upon Payment Of A Non-refundable Amount Of (p 5,000.00) To The Office Of The City Treasurer-cashier. Prospective Bidders Shall Submit Their Duly Filled-up Bidding Documents On The Scheduled Date For The Submission And Receipt Of Bids /bid Opening To The Bac, Pagadian City. The City Government Of Pagadian Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Ms. Jenny Rose Z. Egama City General Services Officer Bac Chairman Date Posted: February 3, 2025 To February 10, 2025
Closing Date10 Feb 2025
Tender AmountPHP 4.8 Million (USD 84.2 K)
City Of Pagadian Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Construction Of Super Health Center (phase Ii) Item Description Unit Qty. Unit Price Amount Part I General Requirements B.5 Project Billboard/sign Board Ea 1.00 B.7(2) Occupational Safety And Health Program Ls 1.00 Part Ii Completion Of Building A Finishing, Tiles, Ceiling & Steel Works 1003(1)e2 Minirib Ceiling Panel On Metal Frame Ceiling M2 109.16 1003(1)h Ceiling Air Ventilation Unit 31.00 1018(2)b Ceramic Tiles M2 268.41 1018(2)c Non-skid Outdoor Ceramic Floor Tiles M2 23.96 B Fabricated Materials 1004(2) Finishing Hardware Set 7.00 1010(2)b Wooden Panel Door M2 11.76 1008(1)d Aluminum Glass Window (fixed Type) M2 9.63 1051(6) Railings / Handrails Ls 1.00 C Painting Works 1032(1)a Painting Works (ceiling/masonry Painting) M2 897.59 1032(1)b Painting Works (wood Painting) M2 50.31 1032(1)d Wood Staining Works M2 9.69 D Architectural Features 1027(3) Decorative Stone M² 16.46 Spl 1 Wood Works Ls 1.00 Spl 2 Signages Ls 1.00 E Miscellaneous Works 1208(1) Fire Alarm System L.s. 1.00 1202(6)a Fire Extinguisher Ls 1.00 Spl 3 Other Miscellaneous Ls 1.00 Invitation To Bid The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Contract Reference No. Infra-2025-01-04 Name Of Contract: Construction Of Super Health Center (phase Ii) Tiguma Zone 8, Pagadian City 2saip24-8000df-2a12 Approved Budget For The Contract -p 1,930,000.00 Completion Of Work -120 Calendar Days Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid January 13, 2025 To January 20, 2025 2-issuance And Availability Of Bidding Documents January 13, 2024 To January 28, 2025 3-pre-bid Conference January 16,2025 4- Submission And Receipt Of Bids /bid Opening January 28, 2025 The Bac Will Issue To Prospective Qualified Bidders, Bidding Documents At The Bac Secretariat, Office Of The City Planning And Development Coordinator, Pagadian City, Upon Payment Of A Non-refundable Amount Of (p 2,000.00) To The Office Of The City Treasurer-cashier. Prospective Bidders Shall Submit Their Duly Filled-up Bidding Documents On The Scheduled Date For The Submission And Receipt Of Bids /bid Opening To The Bac, Pagadian City. The City Government Of Pagadian Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Ms. Jenny Rose Z. Egama City General Services Officer Bac Chairman Date Posted: January 13, 2025 To January 20, 2025
Closing Date20 Jan 2025
Tender AmountPHP 1.9 Million (USD 32.9 K)
Public Service Delivery Tender
Others
Canada
Description: Manitoba Reference Number: Mb-mbpb-10s-00026 Issuing Department: Procurement And Supply Chain Date Issued: 20/12/2024 Issued By: Gom Psc Telephone: 204 945-6361 This Request For Quotation (solicitation) Is An Invitation By The Government Of Manitoba (manitoba), As Represented By The Minister Of Public Service Delivery, To Prospective Vendors To Submit Bid Submissions For The Supply And Delivery Of Quonset For The Department Of Natural Resources And Indigenous Futures. For The Purposes Of This Procurement Process, The Solicitation Contact Will Be: Subject Title: Rfq# 30109 - Supply & Delivery Of Quonset Contact Email: Bids@gov.mb.ca Contact Name: Marc Go Vendors And Their Representatives Are Not Permitted To Contact Any Employees, Officers, Agents, Elected Or Appointed Officials, Or Other Representatives Of Manitoba, Other Than The Solicitation Contact, Concerning Matters Regarding This Solicitation. Failure To Adhere To This Rule May Result In The Disqualification Of The Vendor And The Rejection Of The Vendor's Submission. Inquiry Submission Deadline: January 7, 2025 _________________________________________________________________________ Item Qty Description Delivery No. Date ======================================================== Item 10 21/03/2025 1.00 Each Gsin: N5600material: 77414 Structure, Building, Construction And Manufacturing Components And Supplies, As Described Below: Fabricated Enclosed Quonset Must Meet The Following Requirements: -,,30'x70'x21' Engineered, Governor Quonset Structure With Garage Door At One End And Enclosed At The Opposite End -,,engineered Truss Frame Built With High Strength, Galvanized, Allied 50/55 Steel That Is Rust And Corrosion-resistant -,,specialty Polyethylene Cover/fabric Material That Is Abrasion, Flex, And Uv Resistant; Heavyweight Woven Fabric No Less Than 0.59mm Thick, And A Grab Strength Of No Less Than 370 Pounds; White And Green In Colour -,,14'x14' Accutrack Raising Door (same Poly Fabric As Cover) -,,36" Man Door -,,4 Of End-mounted 3'x3' Louvered Vents (2 Each End) -,,43 Of 2.5'x2.5'x5' Steel Strapped Engineered Concrete Blocks (ground Anchors Will Not Work For This Location) -,,must Be Structurally Engineered And Plans Must Be Included; Engineered Fee Included -,,delivery At Whiteshell Fish Hatchery, West Hawk Lake. Notes: - Bids Must Be All-inclusive Of All Supplies, Materials, Delivery Charges - The Whiteshell Fish Hatchery Is Located On The Edge Of The Canadian Shield. The Site In Which The Quonset Is To Be Erected May Contain Rock Below Ground. Because Of This, Auger Piles May Not Be An Option For Anchoring The Quonset. ======================================================== Mandatory Submission Requirement: The Bid Must Be Signed By A Representative Of The Vendor With The Authority To Bind The Vendor. The Name And Title Of The Representative Signing The Bid Should Also Be Printed Below Their Signature. Vendor's E-mail Address: _______________________________________ Your Quotation Reference # (if Applicable) _____________________ Evaluation And Award : A. Pricing The Submitted Pricing Of Each Qualified Bid Submission Will Be Evaluated In Accordance With The Price Evaluation Method Which Is Generally The Lowest Overall Price Or Stipulated Lump Sum. In The Event That A Vendor's Pricing Appears To Be Abnormally Low In Relation To The Deliverables, Manitoba May Require The Vendor To Provide A Detailed Explanation Of The Pricing Information To Account For The Low Level Of Price And Confirm That All Requirements In Respect Of The Deliverables Have Been Taken Into Account. If The Vendor Is Unable To Satisfactorily Account For The Abnormally Low Pricing, Manitoba May Reject The Submission. Manitoba May Also Reject Any Submission That Contains Unbalanced Pricing. Pricing May Be Considered Unbalanced Where Nominal Or Significantly Understated Prices Are Proposed For Some Elements Of The Deliverables And Inflated Prices Are Proposed For Other Elements Of The Deliverables. Unbalanced Pricing Includes, But Is Not Limited To, #front-loaded# Pricing Which Contains Inflated Pricing For Deliverables To Be Provided Or Completed At The Beginning Of The Contract, Offset By Understated Pricing For Deliverables To Be Provided Or Completed Later In The Contract. B. Selection Compliant Vendors Will Be Ranked Based On The Price Evaluation. Subject To The Process Rules Contained In The Terms And Conditions Of The Solicitation Process, The Top-ranked Vendor Will Be Invited To Enter Into The Contract In Accordance With The Terms And Condition Of This Solicitation. In The Event Of A Tie, The Selected Vendor Will Be Determined By Way Of Coin Toss. The Selected Vendor Will Be Notified In Writing And Will Be Expected To Satisfy Any Applicable Conditions Of This Solicitation, Including The Pre-conditions Of Award Listed Below, And Enter Into The Contract Within The Timeframe Specified In The Selection Notice. Failure To Do So May Result In The Disqualification Of The Vendor And The Selection Of Another Vendor Or The Cancellation Of The Solicitation. C. Pre-conditions Of Award The Following Documents Will Be Required From The Top-ranked Vendor(s) As A Condition Of Award: Signed Bid Submission. Terms And Conditions: A. Solicitation Process: Manitoba General Terms And Conditions Are Incorporated By Reference Into This Solicitation And Shall Apply To The Solicitation. The Manitoba General Terms And Conditions Are Available And Can Be Accessed At The Following Link: Https://www.gov.mb.ca/central/psc/pubs/form/mb_terms_conditions.pdf B. Contract Award Process: The Purchase Order (po) To Be Issued To The Top-ranked Vendor(s) Is Subject To The Manitoba Purchase Order Terms And Conditions To Be Accessed At The Following Link: Https://www.gov.mb.ca/central/psc/pubs/form/manitoba_po_terms_condi Tions.pdf Deliverables: A. Product Offered: The Product Offered Must Meet The Specified Requirements And Expectations For Its Intended Use. If It Is The Vendor's Intention To Offer An Item Which Does Not Meet All The Specification Or Description As Outlined, Then Vendor Must Indicate All Intended Deviations Or Changes On The Return Quote. B. Delivery: F.o.b. Destination, Freight Prepaid To: Natural Resources And Indigenous Futures Whiteshell Fish Hatchery - West Hawk Lake Mb-312, Whiteshell, Mb R0e 2h0 Is Vendor Able To Meet The Requested Delivery Date Of March 21, 2025 Or Earlier? Yes____ Or No ____ If No, Indicate A Realistic Delivery As Follows: Delivery In ___ Working Days Or ___weeks From Receipt Of The Purchase Order. C. Quality: Any Product Supplied Must Be New, Unused, First Quality, And As Specified On The Contract/purchase Order. Demo Units Will Not Be Accepted. Any Substitutes Shipped Without Prior Written Approval Will Be Rejected At Time Of Delivery Or Held At Shipper's Risk Pending Return Instructions. D. Inspection And Acceptance: All Goods Delivered Are Subject To Inspection Prior To Delivery Acceptance. Signing Of Any Delivery Slip Should Not Be Construed As Acceptance Of The Product Delivered. Manitoba Reserves The Right To Reject Any Product, After Final Inspection That Does Not Meet The Specification Or Product Description Requested. Manitoba Reserves The Right To Reject Any Product Supplied Which, Upon Inspection Or Use, Is Deemed By The Using Department To Be Unacceptable For Their Intended Use. Products Rejected By The Using Department Will Be Returned To The Vendor For Full Credit Or Replacement At No Cost To Manitoba Or The Contract May Be Cancelled. Final Inspection And Acceptance Or Rejection Of The Goods Will Be Made Promptly As Practicable, But Failure To Inspect And Accept Or Reject Goods Promptly Does Not Mean That The Manitoba Government Has Accepted These Goods. The Government Of Manitoba Reserves The Right To Inspect The Goods For Up To 90 Days After The Date Of Delivery. Partial Acceptance Or Rejection Of An Order Does Not Release The Vendor From Its Responsibility To Complete The Order. E. Warranty: 1. Manufacturer's Warranty: State Warranty Of Units Offered (as Applicable To Manitoba's Use - Would Usually Be Considered Commercial Application Not Consumer). Product _________ Months Or _______ Years Labour _________ Months Or _______ Years Note: During The Period Of The Warranty Offered, All Labour, Transportation, Parts, Surcharges Including Shipping And Brokerage Will Be Included. Manitoba Will Not Pay Additional Charges While The Item(s) Offered Are Under The Above-stated Warranty. If The Warranty Offered Is The Vendor's Warranty In Combination With Or In Place Of The Manufacturer's Warranty, Then, An Explanation Must Be Provided. 2. Warranty Service/location: Potential Costs Associated With The Location Of Warranty Service Might Be Used In The Evaluation Of This Quote. Is Warranty Service Provided On-site At Our Premises? Yes____ Or No ____ If No, Indicate The Location The Unit Must Be Sent To For Manufacturer's Certified And/or Approved Warranty Service, Closest To The Point Of Delivery, For This Tender<(>,<)> Company Name _______________________________________________ Location (city & Province) _________________________________ Do You Have A Toll-free Phone Number For Warranty Service? Yes____ Or No ____ If Yes, Specify:______________________________________________ 3. After Warranty Service: Is After Warranty Service Provider The Same As Above? Yes____ Or No ____ If No, Indicate The Warranty Service Provider Below. Company Name _______________________________________________ Location (city & Province) _________________________________ 4. Non-warranty For Parts And Service: Provide Details As Follows For The Item(s) Offered (for Occasional Non-warranty Service And Parts Purchases). Current Labour Rate For In-shop Service: $_________ Per Hour Parts And Accessories Charged At: ________ % Discount From ___________ Prices (indicate Msrp, Wholesale, Etc.) F. Contract Term: The Term Of The Contract Will Be In Effect Upon Receipt Of The Purchase Order Until The Completion Of The Deliverables. G. Payment Terms: Manitoba's Standard Payment Term Is Net Thirty (30) Days. If Vendor Has A Different Standard Invoice Payment Term, Specify: ____________________________________________________________ H. Manitoba's Retail Sales Tax License: Are You Licensed By Manitoba Finance To Collect And Remit Manitoba's Retail Sales Tax? Yes____ Or No ____ If No, Disregard The Following Paragraph. Manitoba's Retail Sales Tax: Is The Product(s) Offered Subject To Manitoba's Retail Sales Tax? Yes____ Or No ____ If The Quote Consists Of Both Taxable (t) And Non-taxable (nt) Items, Indicate T Or Nt Opposite Each Item Offered. I. Accounts Receivable Address: For Manitoba's Accounts Payable System Requirement, Is The Vendor's Invoice Address The Same As The Address For Both Orders/quotes And Account Receivable? Yes____ Or No ____ If No, Provide Complete Account Receivable Details, I.e. Box #, Building #, Street, City, Province, Postal Code, Etc. _______________________________________________________________ Proposed Delivery Address: Natural Resources And Indigenous Futures Whiteshell Fish Hatchery - West Hawk Lake Mb-312, Whiteshell, Mb R0e 2h0 Tenders To Be Returned To: Www.merx.com Submissions Must Be Submitted Electronically Through Merx. It Is The Electronic Tendering System Used By Manitoba (the E-procurement System).
Closing Date15 Jan 2025
Tender AmountRefer Documents
Oriental Mindoro Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Oriental Mindoro Municipality Of Pinamalayan Office Of The Bids And Awards Committee Invitation To Bid Itb-2024-65 1. The Municipal Government Of Pinamalayan, Oriental Mindoro, Through The Authorized Appropriations Under The Special Education Fund Intend To Apply The Sum Of Nine Hundred Seventy Eight Thousand Four Hundred Thirty Six Pesos And Sixty One Centavos (978,436.61) Being The Approved Budget For The Contract (abc) For The Project “ Construction Of Multi-purpose Hall Ranzo Elementary School. Attachment Annex A For Technical Specification Shall From Part Of Itb 2024-65 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Submission And Receipt Of Bids At Least One (1) Contract Similar To The Project And Whose Value Must Be At Least Fifty Percent (50%) Of The Approved Budget For The Contract (abc). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section 5, Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act”. 4. Bid Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee Amounting To Php 1,000.00 For The Bidding Documents. The Invitation To Bid And Bidding Documents May Be Downloaded From The Website Of The Philippine Government Electronic System (philgeps) And Municipal Government Website (www.pinamalayan.gov.ph) 5. The Schedule Of Bidding Activities Shall Be As Follows: Activities Schedule Venue Sale And Issuance Of Bid Documents December 19, 2024,- January 21, 2025 Bac Office Pre Bid Conference January 8, 2025 At 9:00 O’clock In The Morning Bac Office Submission Of Bids January 21, 2025 At 5:00 O’clock In The Afternoon Bac Office Opening Of Bids January 22, 2025 At 9:00 O’clock In The Morning Bac Office Pre Bid Conference Is Open To All Interested Bidders. For Purposes Of Having A Legal Personality To Raise Or Submit Written Queries Or Clarifications In The Pre-bid Conference Relative To The Bid Project, Bidders Must Pay The Non-refundable Fee For The Bidding Documents On Or Before The Date Of The Pre-bid Conference. For The Pre-bid Conference, Bidders Are Encouraged To Send Their Authorized Technical Representatives Or Personnel, Who Are Familiar With The Bid Requirements And Will Prepare The Documents For The Bidder 6. The Eligibility Requirements And Bid Proposal Documents Must Be Sequentially Compiled In Accordance With The Checklist With Index Table And Table Of Contents For Easy Document Review. 7. The Municipal Government Of Pinamalayan Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. The Municipal Government Of Pinamalayan Likewise Assumes No Obligation Whatsoever To Compensate Or Indemnify Any Bidder Or Winning Bidders, As The Case May Be, For Any Expenses Or Loss That Said Party(ies) May Incur In Its Participation In The Pre-bidding And Bidding Process Nor Does It Guarantee That An Award Will Be Made. For Further Information, Please Refer To: Enrique N. Mocling Bac Secretariat Madrid Blvd. Pinamalayan Oriental Mindoro Telephone #: 284-4517 Email Address: Bacpinamalayan@yahoo.com Approved By: Carlito M. Mejico , Cpa, Reb Municipal Assessor Bac Chairperson Date Of Publication: Posted Philgeps : Newspaper : Not Applicable Agency Website : December 19, 2024-january 22, 2025 Posted 3 Conspicuous Places: Mun. Hall Bulletin Board Lobby – December 19, 2024-january 22, 2025 2. Dilg/abc Announcement Wall – December 19, 2024-january 22, 2025 3. Pinamalayan Public Market – December 19, 2024-january 22, 2025 Construction Of Multi-purpose Hall (ranzo Es) No. Qty. Unit Description I 1 Each Project Billboard / Signboard Ii 1 Lot Occupational Safety And Health Iii 1 Lot Hauling Of Materials Iv 8.64 Cu.m Structure Excavation, Common Soil And Embankment V 4.57 Sq.m Structural Concrete, Class A, 28 Days (footing And Column) Vi 538.21 Kgs. Reinforcing Steel (deformed), Grade 40 Vii 1 Lot Formworks And Falseworks Viii 1 Lot Metal Structure Accessories Ix 1 Lot Structural Steel (trusses, Facia Frame, Purlins, Sagrod And Cross Bracing) X 1 Lot Prepainted Metal Sheets, Long Span Rib Type And Fabricated Metal Roofing Accessory
Closing Date22 Jan 2025
Tender AmountPHP 978.4 K (USD 16.7 K)
3451-3460 of 3580 archived Tenders