Fabrication Tenders
Fabrication Tenders
Department Of Education Division Of Negros Occidental Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description ` Republic Of The Philippines Department Of Education Region Vi – Western Visayas Schools Division Of Negros Occidental Bids And Awards Committee Request For Quotation (rfq) To All Eligible Suppliers: I. Please Quote Your Lowest Price Inclusive Of Vat On Item/s Listed Below, Subject To The Terms And Conditions Of This Rfq And Submit Your Quotation Duly Signed By Your Representative Not Later Than ________________ At The Office Of The Bids And Awards Committee, Division Of Negros Occidental, Cottage Road, Bacolod City . For More Information Please Call At Telephone Nos. (034) 4347138. / 703-2073. Prospective Supplier Shall Be Responsible To Verify The Quoted Goods /items From Herein Stated Office Thru Said Telephone Numbers. Price Quotations In Excess Of The Herein-stated Budget Shall Be Rejected. Julito L. Felicano Bac Chairperson Ii. Particulars Abc In Php Item No. Quantity Unit Agency Specification Brand Offered Unit Price Total Price 683,372.73 Proposed Repair Of One (1) Storey Classrooms Bagong Lipunan Type (6.0m X 18.0m) At Murcia East Es, Brgy. Salvacion, Municipality Of Murcia Negros Occidental Php __________ 1 1 Lot "proposed Repair Of One (1) Storey Classrooms Bagong Lipunan Type (6.0m X 18.0m) At Murcia East Es, Brgy. Salvacion, Municipality Of Murcia Negros Occidental (for Straight Contract - Labor, Material And Equipment) Scope Of Works: Fabricated Materials And Hardware Steel Works Roofing Works Ceiling And Carpentry Works Painting Works *see Attched Program Of Works" *** Nothing Follows*** Jr No. 24-12-007 Dated December 27, 2024 Proposed Repair Of One (1) Storey Classrooms Bagong Lipunan Type (6.0m X 18.0m) At Murcia East Es, Brgy. Salvacion, Municipality Of Murcia Negros Occidental Abc In Php 683,372.73 For For Interested Bidders, Please Submit The Following Documents Together With Your Quotation: 1) Valid And Current Mayor's Permit; 2) Income/ Business Tax Return; 3) Valid And Current Philgeps Registration Certificate/number; 4) Professional License/ Curriculum Vitae (consulting Services); 5) Pcab For Infra And, 6) Omnibus Sworn Statement. Canvassed By: Supplier's Company Name: Address: Tin No.: Philgeps Registration Number: Telephone No.: Fax No.: E-mail: Supplier's Authorized Representative Signature Over Printed Name: Date:
Closing Date24 Jan 2025
Tender AmountPHP 683.3 K (USD 11.6 K)
City Of Bayawan Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Negros Oriental City Of Bayawan Bid No.:itb 25-017 Bids And Awards Committee Date:january 09,2025 Invitation To Bid Sealed Bids For Quotation Of Prices Will Be Received For The Purchase Of The Following Supplies, Materials And Equipment Of The Government To Be Opened On The Date, Place, And Time Stated In Instruction To Bidders. Item No. Item Description Qty. Unit Additional Attribute Unit Cost Total Other Supplies And Materials Lot I Feeds 42,930.00 1 Feeds, Grower 50 Kgs/sack 2 Sack 2 Feeds, Finisher 50 Kgs/sack 2 Sack 3 Poultry Feeds Layer Mash, 50 Kgs/sack 18 Sack 4 Feeds , Starter 50 Kgs/sack 2 Sack Lot Ii Drugs And Medicines 3,810.00 5 Multivitamins, + Electrolyte 24 Sachets X 22 Grams Per Box 6 Box Lot Iii Carpentry Tools And Supplies 16,491.50 6 Bronze, Nail # 1 2 Kilo 7 Bronze Nail, Bronze Nail # 1 1/2 3..5 Kilo 8 Bronze Nail, # 2 ..50 Kilo 9 Bronze Nail, # 2 1/2 1..50 Kilo 10 G.i Pipe, # 1-5-40 20ft./length 1 Length 11 Plywood, Marine ,3/4 1 Piece 12 Plywood , Marine ,1/4 2 Piece 13 Plywood, Marine ,3/8 2 Piece 14 S/s Lag Screw, S/s ,5x16x3 2 Piece 15 Lag Screw , S/s ,5x16x2 1/2 2 Piece 16 Sand Paper,#120 1 Pack Lot. V Electrical Supplies And Materials 158,842.00 17 Bulb, Led,(5 Watts) 6 Piece 18 Electric Iron, Dry And Steam (1200w/ 230v Ac/ 60hz) 2 Unit 19 "electric Oven , (2 Layers) Oven Capacity: 49.0 Liters, Oven Accessories: Oven Net, Oven Tray" 1 Unit 0.00 20 Ice Crusher, Electric, Aluminum, 220v 1 Unit 21 "egg Machine , With 24 Hens *cage - 1 Teir Set Up (12 Heads) - Made Of Hot Dipped Galvanize - 6 Doors Total, 18in Per Door, 4 Heads Per Door - H=5ft- W=4.5ft - L-9ft *ready To Lay Hens - 17 To 19 Weeks White Dekalb - Fully Vaccinated With Booster Shots * Feeders- Blue Pvc Feeders * Drinkers- Double Cup & Double Nipple Drinker" 6 Unit 22 Electric Wire, Duplex, Flat Cord, #12, Duplex, Flat Cord, #12 120 Unit Lot. Viii Measuring/observing/testing Devices 15,696.00 23 Weighing Scale, Manual, Flat Form, 10 Kgs. Capacity 9 Unit Lot. Ix Paints, Tools And Supplies 14,574.00 24 Paint Brush, 3in, Pure White Bristle 3 Pieces 25 Lacquer Thinner , 3 Liter/bottle 2 Bottle 26 Epoxy Paint , White 4 Liter/gallon 5 Gallon 27 Marine Epoxy , A/b 4 Liter Per Can 2 Can 28 Marine Epoxy , (a/b) 1 Liter Per Can 2 Can Lot. Xi Power Tools, Equipment And Accessories 135,500.00 29 "marine Engine, Air-cooled Gasoline Engine,(6.5 Hp) Starting System: Recoil System" 2 Unit 30 "marine Engine , Air-cooled Gasoline Engine ,18 Hp Starting System: Recoil System" 1 Unit 31 "marine Engine , Aircooled Gasoline Engine,16 Hp Starting System: Recoil System" 4 Unit 32 Electric Grinder , Wet & Dry,fully Stainless(3hp Grinder Peanut Butter,220v 60hz,heavy Duty) 1 Unit Lot. Xii Appliances 285,710.00 33 Blender , (heavy Duty) 220-240v 3hp/2238 W 1 Unit 34 "chest Freezer, Single Door, 6 Cu. Ft. Solid Top, Grip Handle, Key Lock, Single Wire Basket, Roller Feet, Defrost System: Manual With Warranty" 9 Unit 35 Hand Mixer , (electric Cake Batter) 3 Kls. Capacity Single Whisk. 1 Unit 36 Water Dispenser, Cold (vendo Machine W/coinslot) 220v With Warranty 1 Unit 37 Washing Machine , (twin Tub) 14kgs Capacity With Warranty 2 Unit 38 Stove, Single Burner (stainless Steel Body, Automatic Ignition Flame Controller, Gas Type: Lpg) 51 Unit 39 Stove, Single Burner With Gas Tank 7kgs. 1 Unit Lot. Xiii Metal Works & Fabrication 1,199,520.00 40 Fabricated Negokart, With Bmx Bicycle And Accessories (made Up Of G.i Steel Plate, G.i Pipe, Angle Bar. Body Should Bear The Official Seal Of Lgu-bayawan City, Dole And Dilp. Should Also Feature A Tourist Spot Of Bayawan City. 51 Unit Lot. Xiv Other Machinery And Equipment 29,944.00 41 Chainsaw , 36in. Gasoline Engine, 70 Horsepower, Portable 1 Unit Lot. Xv Other Supplies & Materials 408,053.60 42 Basin Plastic , Plastic ,28 Inches (large) 6 Piece 43 Frying Wok, Stainless Steel Nonstick, 36cm Diameter,10.5 Cm Depth 51 Piece 44 Glass Show Case, (3 Layers) W-24cm, L-64cm, H-51cm, Thickness Of Glass-0.5cm 52 Unit 45 Steel Basin, Stainless ,45cmx15cm 2 Piece 46 Paper Cups , 10oz 4 Pack 47 Paper Cups , 12oz 4 Pack 48 Paper Cup , 16oz 4 Pack 49 Pail, 12l Capacity, Black 2 Piece 50 Plastic Jar, With Cover 500ml, For Peanut Butter 100 Piece 51 Chair, Plastic Stool, White 3 Piece 52 Table, Plastic, Monobloc, Square 1 Piece 53 Hanger, Plastic 6 Dozen 54 Clip Hanger, Plastic 12 Pieces 55 Box, For Storage, Plastic, 120l With 2 Clips, Button Wheels For Easy Moving, Clear, Heavy Duty 3 Box 56 Baking Pan, Round, 6 Inches X 3 Inches, Upper Diameter:6 Inches, Bottom Diameter: 5.5 Inches, Height:3 Inches 5 Pieces 57 Glassine Cup, For Cupcake,10cm, 1000pcs/pack 1 Pack 58 Baking Pan, Rectangular, Aluminum 8x12 Inches 6 Pieces 59 Measuring Cup, Plastic, Transparent,up To 1l Capacity 1 Piece 60 Baking Liner, Parchment Paper, 20mtrs., 20m X 30mm Per Box 5 Box 61 Cupcake Molder, Carbon Steel 12 Holes Tray 3 Set 62 Trapal, , 6 Feet Height,0.4mm Thick 18 Meter 63 Brass Pipe, 3/4 Inches,male 25 Unit 64 Ball Joint, 3/4 X 1, For Pump Boat 1 Piece 65 Stainless Shaft, 3/4x5ft 2 Piece 66 Stainless Shaft, 5/8 X 7ft W/ Thread 1 Piece 67 Stainless Propeller 3/4 X 5ft 2 Piece 68 Stainless Propeller 5/8in X 7 1 Piece 69 Stand Belt, S/s,3/8x2.5 2 Piece 70 Stand Belt, S/s ,3/8x3 2 Piece 71 P.e Hose , 1 1/2 4 Meter 72 Rope, #20 1..5 Roll 73 Rubber Float , Round (patao) 360 Pieces 74 Cooler Box, Styro, 12kls Capacity 6 Pieces 75 Cooler, Plastic With Cover (40kgs. Capacity) 2 Piece 76 Battery, 12 Volts 22 Plates 1 Unit 77 Battery , 12 Volts 17 Plates 3 Unit 78 Iron Board, Foldable, Ironing Board Cover With Foam, 36in Board Length. 2 Piece 79 Aluminum Wok/cawa, Big Size, Diameter 56.5 Cm, Height 19cm 1 Piece 80 Fishing Hook, #58 2 Pack 81 Fishing Hook, #59 4 Pack 82 Fishing Hook, #60 4 Pack 83 Lead Sinker, No. 2 25 Kilo 84 Nylone , Monoline,#45 1 Kilo 85 Nylone , Monoline,#40 1 Kilo 86 Nylone , Monoline ,#30 1 Kilo 87 Nylon , Monoline,#25 1 Kilo 88 Nylone , Monoline,#20 1 Kilo 89 Nylon , Monoline,#15 5 Kilo 90 Nylone , Monoline.#12 1 Kilo 91 Nylone , Monoline,#10 10 Kilo 92 Fishing Net , (pamu) #8 4 Meter 93 Fishing Net , #10 1,500 Meter 94 Fishing Net , #9 1,400 Meter 95 Pamo Net , 210x2x9x100m 3 Roll 96 Pamo Net , 210x2x8x100m 3 Roll 97 Plastic Sando Bag (xl) 50 Pieces Per Pack, (xl) 50 Pieces Per Pack 55 Pack 98 Sando Ecobag, Large, 50 Pieces/pack 55 Pack 99 Brass Pipe, 5/8" X 4 Feet 1 Piece 100 Sando Ecobag, Extra Large, 50 Pieces/pack 10 Pack 101 Cross Joint, 3/4 Ft. X 5/8 Inches, 3/4 Ft. X 5/8 Inches 2 Piece 102 Rudder Assembly Stainless 5/8 Inches X 3 Feet, 5/8 Inches X 3 Feet 2 Piece 103 Rudder Assembly Stainless 5/8 Inches X 3.5 Feet, 5/8 Inches X 3.5 Feet 1 Piece Lot. Xvi Cleaning Equipment And Supplies 223,426.00 104 Bleaching Liquid, 250ml Per Bottle 408 Bottle 105 Bleaching Liquid, 5l Per Bottle 4 Bottle 106 Bleaching Liquid, 3.785l Per Bottle 10 Bottle 107 Bleaching Liquid, Color Safe 3.6l 10 Bottle 108 Body Soap, Pure White With Germ Shield, 60g 408 Piece 109 Body Soap, Fresh Green With Germ Shield, 60g 408 Piece 110 Detergent Bar, 360g 20 Piece 111 Detergent Bar, White, 400g 408 Piece 112 Detergent Powder, Calamansi (single), 57gx6 Sachet 510 Pack 113 Detergent Powder , (whitener) 2 Kilo Per Pack 10 Piece 114 Detergent Powder , (twin Pack) Sunrise Fresh 70g X 6 Sachet 408 Pack 115 Detergent Powder , (all Colors) 2 Kilo Per Pack 10 Pack 116 Fabric Conditioner, Antibac, Sachet, 25ml X 6 340 Pack 117 Fabric Conditioner , Sunrise Fresh, (1l) 10 Piece 118 Hair Conditioner, Standout Straight Sachet, 12ml X 6 170 Pack 119 Hair Conditioner, Damage Control 11ml X 6sachet 170 Pack 120 Hair Shampoo & Conditioner , Complete Repair Avocado Oil & Honey For Damage Hair, 15ml X 6 Sachet 408 Pack 121 Hair Shampoo, Smooth & Manageable 15ml X 12s 408 Pack 122 Sanitary Napkin, Non-wings 8pcs/pack 204 Pack 123 Sanitary Napkin, W/wings 8pcs/pack 170 Pack 124 Toothpaste Cool Menthol Fresh Twin Sachet, 20g, Cool Menthol Fresh Twin Sachet, 20g 408 Piece Lot. Xvii Commercial Lumber 11,254.00 125 Lumber, Gemillina,1x2x18 15 Piece 126 Lumber, Gemillina,2x8x8 1 Piece 127 Good Lumber, 1x2x10 9 Piece 128 Good Lumber, 1x12x16 3 Piece 129 Good Lumber, 1x2x18 3 Piece 130 Good Lumber, 2x2x10 9 Piece 131 Good Lumber, 2x2x8 3 Piece 132 Good Lumber, 2x4x8 2 Piece ***nothing Follows*** Grand Total 2,545,751.10 Place Of Delivery: Fob Bayawan, City Warehouse Form And Amount Of Bid Security: I Hereby Certify That The Above Articles Are Equally Carried In Stock By Me In Quantities Above Stated Except Those Marked "none". Terms And Conditions Specified In The Annex Of This Form Are Herein Accepted. The Quantity Shown And Prices As Quoted Are Hereby Offered. ___________________________ Name Of Business/company Address/contact Number Evaluation: Bids And Awards Committee _________ Virginia D. Sadiasa, Chairman Wilfredo C. Tuale, Member _________ Saturnino T. Dayanan, Vice-chairman Corazon P. Lirazan,member ________ Ernesto N. Dinopol,jr.,member _________ Nefredo Camillo A. Villarubia,member Invitation To Bid The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors/contractors To Bid For The Hereunder Projects: Itb No. Pr No. Project Name Total Abc Of Project Source Of Funds Itb 25-017 300-24-12-011 Delivery Of Other Supplies And Materials For Integrated Livelihood Project.(ccmdo) 2,545,751.10 Trust Fund Lot No. Description Of Lot Total Abc Of Lot Bid Security Cash/mc/bank Gurantee (2% Of Abc) I Feeds 42,930.00 856.60 Ii Drugs And Medicines 3,810.00 76.2 Iii Carpentry Tools And Supplies 16,491.50 329.83 Iv Electrical Supplies And Materials 158,842.00 3,176.84 V Measuring/observing/testing Devices 15,696.00 313.92 Vi Paints, Tools And Supplies 14,574.00 291.48 Vii Power Tools, Equipment And Accessories 135,500.00 2,710.00 Viii Appliances 285,710.00 5,714.2 Ix Metal Works & Fabrication 1,199,520.00 23,990.4 X Other Machinery And Equipment 29,944.00 598.88 Xi Other Supplies & Materials 408,053.60 8,161.072 Xii Cleaning Equipment And Supplies 223,426.00 4,468.52 Xiii Commercial Lumber 11,254.00 225.08 Bid Documents Shall Be Available At The Bac Office, New Bayawan City Hall, Negosyo Center, Lgu Bayawan City Upon Ss Payment Of Prescribed Non-refundable Fee In The Amount Of Php 5,000.00. Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids As Shown Below. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Post- Qualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed Below, As Follows: Activities Schedule Issuance Of Bid Documents January 09, 2025 To January 27, 2025 @ 5:00 P.m. Pre-bid Conference January 16, 2025 @ 9:00 A.m. Deadline/opening Of Bids January 28, 2025 @ 9:00 A.m. Approved: Virginia D. Sadiasa Bac Chairman Geps Publication : January 09,2025 Newspaper : None
Closing Date28 Jan 2025
Tender AmountPHP 2.5 Million (USD 43.4 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: This Sources Sought Is Not A Request For Proposal, Request For Quote, Or Invitation For Bid. There Is No Commitment By The Government To Issue A Solicitation, Make Awards, Or Pay For Respondent's Expenditures Made In Response To This Notice. Interested Vendors Are Responsible For Monitoring This Notice For Any Subsequent Amendments. All Submissions Become Government Property And Will Not Be Returned. Any Solicitation Issued As A Result Of This Notice Will Be In A Separate Announcement. The Purpose Of This Notice Is To Survey Interest And Obtain Capability Statements From Industry.
the U.s. Army Corps Of Engineers (usace) Baltimore District Requests Letters Of Interest From Qualified Small Businesses, 8(a)s, Hubzones, Wosb Or Sdv Interested In Performing Work On The Potential Debris Vessel Reynolds Maintenance, Chesapeake Bay, Maryland.
by Way Of This Market Survey/sources Sought Notice, The Usace Baltimore District Intends To Determine The Extent Of Capable Firms That Are Engaged In Providing The Services Described Hereunder. Responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. Therefore, The Type Of Set-aside Or Acquisition Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Notice.
this Notice Does Not Constitute A Request For Proposal (rfp); It Does Not Guarantee The Future Issuance Of An Rfp; Nor Does It Commit The Government To A Contract For Any Construction Requirements. Further, The Baltimore District (the Agency) Will Not Accept Unsolicited Proposals. Respondents Are Advised That This Agency Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Notice; All Cost Associated With Responding To This Notice Will Be Solely At The Responding Party’s Expense. At This Time, Propriety Information Is Not Being Requested And Respondents Shall Refrain From Providing Propriety Information In Response To This Notice. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. Not Responding To This Notice Does Not Preclude Participation In Any Future Solicitation, If Any Is Issued.
project Description
the U.s. Army Corps Of Engineers, Baltimore District (nab), Has Been Tasked To Solicit And Award For Debris Vessel Reynolds Maintenance Services Located Within The Interior Boundary Of The Chesapeake Bay And Its Tributaries.
contractor Is Responsible For Supplying All The Necessary Services, Equipment, And Equipment Materials To Perform All Maintenance And Repair Activities In The Scope Of Work. The Work May Include Welding Modifications/fabrications Which Shall Be Performed By A Certified Welder. All Electrical Work Shall Be Performed Under The Direct Supervision Of An American Boat And Yacht Council (abyc) Certified Marine Electrician. All Electrical Work Shall Meet Marine Standards With Materials Being “underwriters Laboratory (ul) Marine Listed”, American Bureau Of Shipping (abs) Classed, And U.s. Coast Guard (uscg) Accepted. All Paint Shall Be Marine Grade Paints/coatings. All Work Is To Be Completed To Meet Manufacturer Specifications And Installed Equipment Warranty Requirements. All Work Shall Meet The Environmental Protection Agency (epa) And U.s. Coast Guard Standards (u.s.c.g.). All Equipment And Work Shall Be Warranted To The Equipment Manufacturer’s Warranty Standards But No Less Than 12 Months From The Date Of Acceptance Of The Work.
an Experienced Contractor With Resources And Expertise To Handle The Following Project Constraints Is Needed: The Purpose Of This Notice Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business (sb), Section 8(a), Historically Underutilized Business Zones (hubzones), Small Disadvantaged Business (sdb), Veteran-owned Small Business (vosb), Service Disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Within Any Given Socioeconomic Category Of Responsible Contractors. Large Businesses Are Not Prohibited From Submitting A Response To This Notice; However Sb, Section 8(a), Hubzone, Sdvosb, Sdb, Vosb, And Wosb Are Highly Encouraged To Participate.
the North American Industry Classification System (naics) Code For This Procurement Is 488390 – “other Support Activities For Water Transportation”. The Size Standard Is $47,000,000.
capabilities Statement
vendors Interested In The Potential Procurement Shall Submit A Brief Capabilities Statement No Longer Than Ten Pages. The Capabilities Statement Shall Include The Following:
1. Company Name, Address, Point Of Contact, Phone Number, E-mail Address, Cage Code, And Uei Number.
2. Business Size In Relation To The Naics Code, Including Small Business Category As Applicable (e.g. Woman-owned Small Business, Service-disabled Veteran-owned Small Business, Etc.).
3. Information And Details Of Similar Projects To Include The Contract Values
4. Answers To The Questions Below:
are You Within The Interior Boundary Of The Chesapeake Bay And Its Tributaries.?
are You Experienced In Doing Shipyard Repairs?
are You Experienced In Fabricating And Welding?
what Is Your Minimum Cost For Maintenance?
where Is Your Maintenance Site Located?
do You Have References?
email Capabilities Statement To Angela Padua, Contract Specialist At Angela.s.padua@usace.army.mil And Sharon Alexander, Contracting Officer At Sharon.l.alexander@usace.army.mil No Later Than 2:00 Pm Eastern Time, January 31, 2025; Reference Sources Sought Number W912dr25x13z7. Submissions Will Be Shared With The Government Project Delivery Team, But Otherwise Will Be Held In Strict Confidence. No Feedback Or Evaluations Will Be Provided To Respondents Regarding Their Submissions. If You Have Any Questions, Contact Angela Padua By Email.
Closing Date31 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools
Corrigendum : Closing Date Modified
United States
Details: Contact Information|4|n742.10|wv4cc|n/a|madison.m.gray4.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|iso9001|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection/acceptance Point|6|||||||
time Of Delivery (june 1997)|20|clin 0001|eighteen (18)|121||||||||||||||||||
stop-work Order (aug 1989)|1||
repair Delivery (firm Fixed Price)|1|121|
wide Area Workflow Payment Instructions (jan 2023)|16|material - Invoice And Receiving Report (combo) Certifications - Stand-alone Receiving Report|material - Inspect & Accept At Source|tbd|n00104|tbd|tbd|n50286|tbd|n/a|n/a|n/a|n/a|n/a|n/a|see Dd Form 1423|port_pt
nh_wawf_notification@navy.mil|
note For Contractor/administrative Contracting Officer|3||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
firm Fixed Price Repair Purchase Orders|1|tbd|
value Engineering (jun 2020)|3||||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery|one Year From Date Of Delivery|||||
warranty Of Data--basic (mar 2014)|2|||
small Business Subcontracting Plan (sep 2023)|4|||||
equal Opportunity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (jan 2023)|2|||
progress Payments (nov 2021)|4|||||
limitations On Pass-through Charges (jun 2020)|1||
alternate A, Annual Representations And Certifications (nov 2023)|13||||||||||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (may 2024)|13|332911|750 (# Of Employees)||||||||||||
cost Accounting Standards Notices And Certification (deviation 2018-o0015)(may 2018))|1||
type Of Contract (apr 1984)|1|firm-fixed Price|
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
the Hour And Date Specified For Receipt Of Offers Has Been Extended To 4:30pm Est On 07 February 2025.
\
1. This Amendment Shall Be Issued To Update The Tdp And Extend The Closing Date Of The Solicitation.
2. The Tdp Has Been Updated From Version 022 To Version 023.
3. The Hour And Date Specified For Receipt Of Offers Has Been Extended To 4:30pm Est On 21 January 2025.
4. All Other Terms And Conditions Remain The Same.
\
1. This Is A Submarine Corporate Component Repairs Program (ccrp) Sole Source Repair Requirement.
2. Please Provide A Firm-fixed Price (ffp) Qualifying Proposal For The Full Repair Effort Of The Requirement. Please Include The Cost Of New, Or Estimated Cost Of New, With The Submitted Proposal.
3. When Submitting A Proposal, Specify Any Exceptions (i.e., Mil-std Packaging, Mil-std Labeling, Inspection & Acceptance Locations, Packaging House, Surplus Material, Etc.). If No Exceptions Are Indicated Or Received, Award Shall Be Based Upon Solicitation
requirements. Changes Or Requests For Changes After Award Shall Be Subject To Consideration Costs Deducted From The Unit Price.
4. In Repair Price, Include All Costs Associated With Receipt And Complete Repair Of The Material That May Be In Unwhole Condition, Missing Hardware, Damaged, Handling Damage, Missing Parts, Wear Damage, And Cav Reporting. Also Provide The Following Information:
4.1. Teardown & Evaluation Rate:
4.2. Repair Turn Around Time (rtat):
4.3. Throughput Constraint:
4.4. Induction Expiration Date:
5. Repair Turn Around Time (rtat) - The Resultant Contractual Delivery Requirement Is Measured From The Asset Return To The Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition
asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth Regular
Business Day After Receipt, And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtat Established In The Contract.
5.1. Requested Rtat: 121 Days
5.2. Proposals Shall Reference The Proposed Rtat And Any Capacity Constraints.
6. Price Reductions - Any Asset For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Of (tbd Price) Per Unit. This Adjustment Will Be Implemented Via A Reduction Modification At The End Of Contract Performance. Price Reductions
made Pursuant To This Section Shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default.
7. If Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Company Name, Street Address And Cage Of The Packaging Facility.
8. If The Offeror Is Not The Original End Manufacturer (oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage), And The Offeror Must Be Able To Provide A Signed Letter Of Authorization To Perform Repairs From The Oem On
the Company's Letterhead.
9. 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.
10. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtat Established In The Resulting Contract.
11. Any Contract Awarded As A Result Of This Solicitation Will Be Do Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy
program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Will Be A Rated Order.
12. Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg.
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2.2 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
2.2.3 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order.
drawing No Cage Rev Distr Cd
;280912-0004 99657 B B
233985-0001 99657 M B
236001-0003 99657 F B
281015-0001 99657 G B
235445-0002 99657 C B
283538 99657 J B
284031-0001 99657 C B
236463 99657 A B
236461 99657 C B
233029 99657 L B
atp280912-0004 99657 L B
233985-0003 99657 A B;
document Ref Data=astm-b21 | | | |200401|a| | |
document Ref Data=astm-b21 | | |a |191001|a| | |
document Ref Data=fed-std-h28 | | |b |190424|a| | |
document Ref Data=fed-std-h28 |0020| |b |941221|a| |01|
document Ref Data=ff-s-86 | | |g |210127|a| | |
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=astm-b171 | | | |040501|a| | |
document Ref Data=astm-a276 | | | |170315|a| | |
document Ref Data=qq-n-281 | | |d |851023|a| 2| |
document Ref Data=astm-b283 | | |a |191001|a| | |
document Ref Data=astm-a574 | | | |211201|a| | |
document Ref Data=astm-a581 | | |b |950910|a| | |
document Ref Data=astm-a582 | | | |211101|a| | |
document Ref Data=astm-f606 | | | |191115|a| | |
document Ref Data=qq-b-639 | | |c |160219|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=mil-dtl-1222 | | |j |001208|a| | |
document Ref Data=sae Ams 5640 | | |v |160201|a| | |
document Ref Data=sae Ams-s-7720 | | | |970901|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=mil-dtl-15024 | | |g |180303|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=sae Ams-qq-s-763 | | |d |150301|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
document Ref Data=0900-lp-001-7000 | | | |810101|c| |01|
document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | |
document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | |
document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | |
3. Requirements
3.1 Refurbished Material Statement Of Work (repair Sow) -
3.1.1 Inspection - Clean And Determine If Refurbishment Is Possible. At Disassembly, The Contractor Must Record All Identifying Markings Found On The Parts Of Each Assembly. The Contractor Must Maintain Traceability Of These Markings To Each Unit Throughout
refurbishment.
3.1.2 Identifying Markings - Part Must Have A Mic (material Identification A And Control) Code, Heat/heat Lot Code, Or Unique Contractor Traceability Number/code That Is Visible On The Part. See Material Traceability In Paragraph 3 (quality Assurance
provisions) Of This Contract For Traceability Requirements. The Mic Code Can Consist Of A 2, 3, Or 4 Letter Material Identifier, 4 Or 5 Digit Julian Date, 3 Digit Lot Serial Number, And Certifying Activity Designator (cad) Which Will Be 1 Or 2 Letters; The 4
parts Are Normally Separated By Hyphens; Examples: Tia-3089-30-qq And St-06262-506-a.
3.1.3 Re-useable Parts -
- Any Parts Of The Original Assembly That Are Useable (replacement Is Not Necessary), That Are Properly Marked As Identified Above, And That Have Material Certifications Available May Be Utilized As Initially Supplied. Certifications Are Not Required To Be
resubmitted By The Contractor.
- Any Parts Of The Original Assembly That Are Useable (replacement Is Not Necessary), Are Properly Marked As Identified Above, But Material Certifications Are Not Available At The Contractor's Facility, A Waiver Must Be Submitted In Accordance With
waiver/deviation (configuration Control) Requirements Specified Elsewhere In The Contract.
3.1.4 Non-useable Parts -
-any Parts Of The Original Assembly That Are Not Properly Marked As Identified Above Must Be Replaced And The Required Certifications Must Be Submitted.
- Any Parts Of The Original Assembly That Are Not Usable (replacement Is Necessary) Must Be Replaced And The Required Certifications Must Be Submitted.
3.1.5 Refurbishment - Upon Completion Of Inspection, This Item Must Be Refurbished To Be In Accordance With ;marotta Drawing 280912-0004, Part Number 280912-0004, Assembly Model Spv83 And Ms 5950-081-091 Rev - Chg 16 (csd609); , Except As Amplified Or Modified
herein. This Applies To All "parts Requiring Certification" As Identified Elsewhere In This Contract/purchase Order.
3.1.6 Additional Sow Requirements -
;n/a;
3.2 ;for The Potting Compound, Item 93 On Marotta Drawing 284031-0001, The Use Of Dow Silastic Rtv-3110 In Lieu Of Rtv 751 Or 501 Is Acceptable.;
3.3 Contract Support Library - Additional Requirements For This Item Are Identified As Contract Support Library Reference Number ;csd609; In Ecds At Https://register.nslc.navy.mil/
3.4 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise:
;drawing 280912-0004 (firing Valve Assembly);
part - ;body, Item 13; Cover, Item 14; And Fitting, Item 15;
material - ;cres 300 Series Per Sae-ams-qq-s-763 Or Sae-ams 5640 Or Astm-a581 Or Astm-a582;
part - ;socket Head Cap Screws, Items 86 And 87;
material - ;cres 300 Series Per Ff-s-86 (mechanical Properties As Modified By General Note 13 Of Drawing 280912-0004);
;drawing 233985-0001, Part Number 233985-0001 Or Drawing 233985-0003, Part Number 233985-0003 (differential Pressure Indicator);
part - ;body, Part Number 233985-0001 On Drawing 233985-0001 Or Body, Part Number 233985-0003 On Drawing 233985-0003;
material - ;qq-n-281 Or Cres 300 Series Per Astm-a581 Or Astm-a582 Or Sae-ams-qq-s-763 Or Sae-ams-5640;
;drawing 236001-0003 (dome System Assembly);
part - ;retainer, Item 25; Body, Item 36; And Plug, Item 81;
material - ;cres 300 Series Per Sae-ams-qq-s-763 Or Sae-ams 5640 Or Astm-a581 Or Astm-a582;
part - ;housing, Item 28;
material - ;astm-b21, Alloy C46400, Temper H02;
part - ;socket Head Cap Screw, Item 83;
material - ;cres Per Ff-s-86;
;drawing 281015-0001 (relief Valve Assembly);
part - ;retainer, Item 17 And Body, Item 18;
material - ;cres 300 Series Per Sae-ams-qq-s-763 Or Sae-ams 5640 Or Astm-a581 Or Astm-a582;
;drawing 235445-0002 (compensator Assembly);
part - ;housing, Item 12 And Cover, Item 13;
material - ;qq-n-281;
part - ;socket Head Cap Screw, Item 60;
material - ;cres 300 Series Per Sae-ams-s-7720 Or Sae-ams-qq-s-763 Or Astm-a276 Or Ff-s-86;
;drawing 283538, Part Number 283538-1344 (hand Valve Assembly);
part - ;retainer Screw, Item 13;
material - ;cres 300 Series Per Sae-ams-qq-s-763 Or Sae-ams 5640 Or Astm-a581 Or Astm-a582;
part - ;stem, Item 15;
material - ;sae-ams-qq-s-763, Class 316, Condition A;
;drawing 284031-0001 (pilot Valve Assembly);
part - ;nut, Item 25;
material - ;astm B21, Uns C46400, Temper H04 Or H02 With The Following Minimum Properties: Yield Strength: 30,000 Psi
tensile Strength: 58,000 Psi
elongation: Per Astm B21 For The Starting Material Size And Temper;
part - ;body, Item 32;
material - ;sae-ams-qq-s-763, Class 316;
;drawing 236463 (interlock Assembly);
part - ;adapters, Items 20 And 25;
material - ;cres 300 Series Per Sae-ams-qq-s-763 Or Sae-ams 5640 Or Astm-a581 Or Astm-a582;
part - ;body, Item 22;
material - ;qq-b-639, Alloy 464 Or Astm-b171, Alloy C46400 Or Astm-b21, Alloy C46400, Temper H02;
;drawing 236461 (regulator Assembly);
part - ;guide, Item 15; Body, Item 26; Cover, Item 28; And Plug, Item 85;
material - ;cres 300 Series Per Sae-ams-qq-s-763 Or Sae-ams 5640 Or Astm-a581 Or Astm-a582;
part - ;socket Head Cap Screw, Item 82;
material - ;cres Per Ff-s-86 (mechanical Properties As Modified By Note 12 Of Drawing 236461);
;drawing 233029, Part Number 233029-0001 (screw Assembly);
part - ;screw, Item 12;
material - ;cres 300 Series Per Sae-ams-qq-s-763 Or Sae-ams 5640 Or Astm-a581 Or Astm-a582;
3.5 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings And Specifications Is Still Required, But Certifications Are Only Required As
listed Below.
test - Non-destructive Tests
item - ;weld Repair And/or Production Weld (as Applicable);
performance - Per Applicable Fabrication Specification
acceptance - Per Applicable Fabrication Specification
test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining)
item - ;body, Item 13, Cover, Item 14, And Fitting, Item 15 On Drawing 280912-0004; Body On Drawing 233985-0001 Or 233985-0003; Retainer, Item 25, Body, Item 36, And Plug, Item 81 On Drawing 236001-0003; Retainer, Item 17 And Body, Item 18 On Drawing
281015-0001; Socket Head Cap Screw , Item 60 On Drawing 235445-0002; Retainer Screw, Item 13 And Stem, Item 15 On Drawing 283538; Body, Item 32 On Drawing 284031-0001; Adapters, Items 20 And 25 On Drawing 236463; Guide, Item 15, Body, Item 26, Cover, Item 28,
and Plug, Item 85 On Drawing 236461; And Screw, Item 12 On Drawing 233029;
performance - Sae-ams-qq-s-763
acceptance - Sae-ams-qq-s-763
test - ;liquid Penetrant Inspection;
item - ;items 86 And 87 Of Drawing 280912-0004, Item 83 Of Drawing 236001-0003, Item 82 Of Drawing 236461, And Item 60 Of Drawing 235445-0002;
performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222
acceptance - Mil-dtl-1222
test - ;acceptance Test;
item - ;each Assembly;
performance - ;atp280912-0004;
acceptance - ;atp280912-0004;
3.6 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The
following Must Be Used:
For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig.
For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig.
For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig.
the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This
contract, The Following Must Be Used:
For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes.
For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes.
For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes.
3.7 Wedge Tensile Test Specimens (headed Fasteners) - A Wedge Tensile Test Must Be Conducted On A Full Size Fastener For Each Production Lot And Reported Aspart Of The Mechanical Properties. The Required Specimens For The Wedge Tensile Test Must Be Separate
fasteners From Those Required For The Yield Test.
3.7.1 Testing For Socket Head Cap Screws Must Be In Accordance Mil-dtl-1222, Paragraphs 4.5.2.3 And 4.5.2.3.1.
3.7.2 Testing For All Other Headed Fasteners With A Nominal Diameter Greater Than 1/4-inch Must Be In Accordance With Astm-f606 For Grades 5, 8, B7, And B16.for All Other Grades, The Following Wedge Angles Must Be Used.
a. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Of 1/4-inch Through 1-inch (inclusive) Must Be Tested With A Ten Degree Wedge.
b. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Over 1-inch Must Be Tested With A Six Degree Wedge.
c. Fasteners That Are Of Grades 8, B7, B16, 410, 416, 416se, 431, And 630 And Are Threaded Within One Diameter To The Underside Of The Head Must Be Tested As Follows:
sizes 1/4 Inch Through 3/4 Inch (inclusive) Use A Six Degree Wedgesizes Over 3/4 Inch Use A Four Degree Wedge
d. Fasteners Which Have Passed Testing With Wedge Angles Greater Than Those Specified Should Be Considered Acceptable.
3.7.3 For Fasteners Having A Length Less Than The Minimum Specified In Table 1 Of Astm-f606, One "test Specimen Fastener" Must Be Manufactured From Each Lot Of Fasteners And Tested To Represent That Lot. The Length Of These Test Specimen Fasteners Must Meet
the Minimum Specified In Table 1 Of Astm-f606 But Must Not Exceed It By More Than 1/4 Inch. Test Specimen Fasteners Must Be The Same Type, Style, And Diameter As The Production Lot And Must Be Manufactured From The Same Starting Material, Using The Same
manufacturing Techniques As The Production Lot, And Must Be Heat Treated (if Required) Along With The Production Lot.
3.8 Ff-s-86 Mechanical Property And Metallographic Testing Sample Sizes Must Use Asq Z1.4 Inspection Level S-1 With Aql = 1.0.note: The Sample Size Values Must Conform To Ff-s-86e And Earlier Revisions.
3.9 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable.
3.10 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent
inspection In Accordance With Asme B1 Series Is Acceptable.
3.10.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement.
3.10.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System
22 Of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222.
3.10.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System.
3.11 Specification Change - For Qq-n-281, Class B Material:
1 - Footnote 9 To Table Ii Of Qq-n-281 Does Not Apply.
2 - When Starting Material Is Round Bar Greater Than 3" Dia,
The Mechanical Properties Of Hex Bar Apply.
3.12 O-ring Grooves And Mating Sealing Surfaces Must Be Inspected Per The Contractually Invoked Drawings Or Specifications. When The Drawings Or Specifications Do Not Provide Specific Defect Criteria Or State That No Defects Are Allowed, The General
acceptance Criteria (gac) Standard Must Be Used For Inspecting O-ring Grooves And Mating Sealing Surfaces Only. Repairs To Sealing Surfaces And O-ring Grooves With Unacceptable Defects May Be Accomplished Within The Limits Of The Size And Tolerances Provided
in The Applicable Drawing. Repairs Thatwould Exceed These Limits Require Approval (including Final Dimensions). The Data That Is Red Lined (crossed Out) Is Excluded From The Gac For This Contract And Is Not To Be Used For Acceptance Or Rejection Criteria.
the Gac Document Is Identified As Contract Support Library Reference Number Csd008 At Https://register.nslc.navy.mil/
3.13 Component Identification Description (cid) - When Applicable Drawing(s) And/or Specification(s) Specify That A Nameplate Or Identification Plate Is Required, The Cid Number ( ;cid 887245330; ) Must Be Added. When No Plate Is Specified, An Identification
plate In Accordance With Mil-dtl-15024, Type "c" On Brass Or Type "h" On Aluminum Must Be Securely Attached To Each Assembly Showing The Above Cid Number. No Assembly Must Be Shipped Without The Cid Number Attached.
3.14 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel
applications, Or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification
data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing.
3.15 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
3.16 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.16.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide
a Copy Of This Request To The Qar. Requests Must Include The Information Listed Below.
A. A Complete Description Of The Contract Requirement Affected
And The Nature Of The Waiver/deviation (non-conformance),
Including A Classification Of Critical, Major, Or Minor.
B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This
Configuration.
C. Any Impacts To Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel Or Impacts To The Operational Use Of The Product.
D. Information About Remedial Action Being Taken To Prevent Reoccurrence
Of The Non-conformance.
3.16.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email.
3.16.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
A. The Change Priority, Change Classification (class I Or Class Ii),
And Change Justification.
B. A Complete Description Of The Change To Be Made And The Need For
That Change.
C. A Complete Listing Of Other Configuration Items Impacted By The
Proposed Change And A Description Of The Impact On Those Cis.
D. Proposed Changes To Documents Controlled By The Government.
E. Proposed Serial/lot Number Effectivities Of Units To Be
Produced In, Or Retrofitted To, The Proposed Configuration.
F. Recommendations About The Way A Retrofit Should Be Accomplished.
G. Impacts To Any Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel In Support Of The Product.
H. Impacts To The Operational Use Of The Product.
I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
J. Milestones Relating To The Processing And Implementation Of The
Engineering Change.
3.17 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
3.18 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further
application Of The Above Documents Is Prohibited.prohibited.
3.18.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract.
^ Quality Assurance Requirements ^
3.19 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected,
identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance
criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer.
3.20 Welding Requirements - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In Addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As
part Of The Certification Oqe Package Submitted By The Contractor.
note: These Requirements Do Not Apply To Tack/spot Welds.
3.20.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair).
3.20.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The
approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be
submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted,
citing The Drawing Number And Pieces To Be Welded. (i.e. ''wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc'.' Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz'')
3.20.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010, S9074-ar-gib-010a/278,248d The
contract.
3.20.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including
size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure
specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application.
3.20.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual
agreement Between The Vendor And Dcma.
3.20.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted
as Part Of The Qualification Data.
3.20.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential
elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element.
3.20.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278.
3.20.9 When Production Or Repair Welding Is Required On Titanium Materials, Theapplicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval.
3.20.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable
documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training
plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf.
3.20.11 A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following:
a) Filler Metal Lot Number(s)
b) Specification And Type
c) A Positive Statement That The Vendor Has Obtained Oqe And Verified That Each Lot Of Weld Filler Material Conforms To Specification Requirements.
d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption.
3.20.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor.
3.21 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate.
3.21.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality
requirements Established In The Contract/purchase Order.
3.21.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon
notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative.
3.21.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of
any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement.
3.21.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly
notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency
(dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately.
3.21.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption.
3.22 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And
rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected.
3.22.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made
available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition.
3.22.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided
by The Government Representative.
3.23 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization
of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being
purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon
receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest
defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.23.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document.
3.23.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services
specified In The Purchase Order Or Contract.
3.23.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The
purchased Product On The End Item Represented By This Contract.
3.23.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be
established. Records Of This Effort Must Be Available For Review By The Government.
3.23.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier.
3.24 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following:
3.24.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.24.2 Inspection For Completeness And Proper Type.
3.24.3 Verification Of Material Quality Received.
3.24.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.24.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.24.6 Identification And Protection From Improper Use Or Disposition.
3.24.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And
necessity For Withholding The Material From Use.
3.24.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On
bailed Property Must Be Maintained.
3.24.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.25 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required
objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3,
section C Of This Contract/purchase Order.
3.25.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That
implement The Material Control Requirements Stated Herein And Elsewhere In This Contract/purchase Order.
3.26 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must
provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of
operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component.
3.26.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The
marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is
permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing.
3.26.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And
the Tag Securely Affixed To The Material.
3.26.3 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Assembly Identifying The Part
number, Piece Number, Traceability Number, And The Location Of The Permanent Mark.
3.26.4 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ;marking To Be As Shown On Drawings.;
3.27 See Cdrl Di-misc-81020 (chemical And Mechanical) - Material Certification - In Addition To The Certification Data Requirements Specified In Di-misc-81020, The Following Material Certification Requirements Apply:
3.27.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The
material Supplied.
3.27.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or
mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used
during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material
must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered,
the Original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Material And At A Minimum Contain The Information Below.
traceability Marking ________________________________________________
(marking On Finished Item)
is Fabricated From Raw Material Identified To
heat/lot Number ______________ And Heat Treat Number _____________________
(when Applicable)
_________________________________________ Date _____________________
(name And Signature Of Auth. Co. Rep.)
3.27.3 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract
requirements. Transcription Of Certification Data Is Prohibited.
3.27.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable.
3.27.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.28 Material Handling - The Written Material Control Process Must Include The Following:
3.28.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.28.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.28.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate
material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability
marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.28.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A
minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And
grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors.
3.28.5 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In
di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material.
3.28.6 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking
location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.29 Receiving Inspection -
3.29.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To
another Location.
3.29.2 Receiving Inspection Must Include As A Minimum -
verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports.
verification That Certification Test Reports Are Legible And Complete.
verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements.
3.30 Discrepancy Reporting -
3.30.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To
the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government Quality Assurance Representative (qar).
3.31 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.31.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military
specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code),
table Iia (for Sample Size).
small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot.
3.31.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The
government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above.
3.31.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification
test Reports Must Also Be 100% Inspected For Completeness And Legibility.
3.31.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible.
3.32 Additional Marking For Fasteners - Fasteners Must Be Marked In Accordance With ;mil-dtl-1222; . The Method Of Marking Must Be Types I, Ii, Iii, V, Viii Or Ix Of Mil-std-792 Except For Grades 410, 416 And 431 In The H Condition And Grades 8, 630, A574,
and 4340 Which Must Be Marked By Method Ii When Marking Is Applied After The Final Heat Treatment. Markings On Fasteners That Are To Be Coated Must Be Marked Prior To Coating And Have A Minimum Depth Of 4 Mils. Traceability Marking Must Be Legible After The
application Of Protective Compounds.
3.32.1 Marking Is Required For All Fasteners Regardless Of Size And Must Include The Material Symbol, The Manufacturer's Identification Symbol, And The Traceability Marking. Marking Must Be Applied On The Head Of Headed Fastener (top Preferred, Side
location If Necessary). Self-locking Screws Must Also Be Marked With Six Dots. Where No Contract Invoked Specification Requirement Exists For This Marking, Self-locking Fasteners Must Be Marked With Six Dots Approximately .032" Diameter, Raised Or Depressed
by Approximately .010" Located On The Top Perimeter Of The Head Of The Fastener In An Arc Or Circular Pattern. The Six Dots Must Be Distinguishable From All Other Required Markings.
3.33 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address And Date.
2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12)
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic
(for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable).
5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed
satisfactorily.
9. Contractor's Or Authorized Personnel's Signature.
4. Quality Assurance
4.1 Notes To Dcma Qar And The Contractor -
4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A
disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A
record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco.
4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders.
4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The
contracting Agency As Important, Are Observed And Evaluated.
6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government
representative Prior To Shipment.
6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied
conforms To The Specified Requirements.
6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following:
- The Requirements Of This Contract/purchase Order.
- Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.).
- Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards.
- Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving:
- Performance
- Interchangeability, Reliability, Survivability, Maintainability, Or Durab
Closing Date7 Feb 2025
Tender AmountRefer Documents
Bureau Of Fisheries And Aquatic Resources Rv Tender
Machinery and Tools
Philippines
Details: Description Invitation To Bid The Bureau Of Fisheries And Aquatic Resources Region 5 (bfar 5), Through The Government Of The Philippines (gop), For Cy 2025 Intends To Apply The Sum Of Three Million Five Hundred Three Thousand One Hundred Fifty Two Pesos (php3,503,152.00) Only, Being The Approved Budget For The Contract To Be Bid (abc) To Payment Under The Contract On The Supply And Delivery Of Materials For 4 Units Of 10-meter Diameter Or Above High Density Polyethylene (hdpe) Marine Fish Cages. Details Are As Follows: Quantity Unit Item Description Unit Cost Total Cost 4 Unit 10-meter Diameter Or Above High Density Polyethylene (hdpe) Marine Fish Cage 875,788.00 3,503,152.00 Component Of 1-unit: A. Hdpe Cage Frame 7 Piece Hdpe Pipe (floater) 250 Millimeter Diameter X 10 Meter, Sdr17, With Polystyrene Pipe Insert 21,640.00 151,480.00 2 Piece Hdpe Pipe (stanchion) 125 Millimeter Diameter X 10 Meter, Sdr11, Solid Fusion Pipe To Tee 16,000.00 32,000.00 4 Piece Hdpe Pipe (handrail) 110 Millimeter Diameter X 10 Meter, Sdr11 9,000.00 36,000.00 16 Piece Injection Molded Brackets 250 Millimeter 12,000.00 192,000.00 16 Piece Hdpe Tee 110 Millimeter 1,450.00 23,200.00 64 Piece Hdpe Bolts 77.00 4,928.00 64 Piece Hdpe Stopper, Welded. 4pcs Per Bracket 120.00 7,680.00 14 Piece Expanded Polystyrene Pipe Insert (styro Foam) 180 Millimeter Diameter X 70 Centimeter 550.00 7,700.00 4 Days Equipment Rentals 23,500.00 94,000.00 B. Nets 1 Set Nursery Net 5 Meter Depth, Number 22k X 9 Ply Knotless Polyethylene) Pe, Square Mesh 36,500.00 36,500.00 1 Set Nursery Net 5 Meter Depth, Number 17k X 12 Ply Knotted Pe, Square Mesh 48,500.00 48,500.00 1 Set Grow-out Net 8 Meter Depth Number 14k X 12 Ply Knotted Pe, Square Mesh 49,500.00 49,500.00 1 Set Grow-out Net 8 Meter Depth Number 10k X 18 Ply Knotted Pe, Square Mesh 49,500.00 49,500.00 1 Set Cover Net Number 10k X 12 Ply Knotted Pe Net 20,000.00 20,000.00 16 Piece Round Concrete Sinker, 3-5 Kilogram Each 550.00 8,800.00 C. Mooring 24 Piece 0.5 Meter X 0.5 Meter X 0.5 Meter Concrete Block With Tire Ring Per Cage, 28 Millimeter Polypropylene (pp) Rope Mooring Line 4,750.00 114,000.00 Conditions: 1. To Be Delivered In Vinzons, Camarines Norte Within 60 Calendar Days Upon Receipt Of The Notice To Proceed. 2. All Materials Use Must Be New And In Good Condition. 3. 10-year Product Warranty On All Supplied Fish Cage Parts And Accessories, Excluding Nets And Mooring. 4. Department Of Science And Technology (dost) Or Any Government Entity Certification Or Report Of Analysis Or Laboratory Report Or Test Report That The Supplier's Hdpe Cage Bracket Revealed The Presence Of Polyethylene. 5. The Supplier Of Hdpe Plastic Must Have A Department Of Science And Technology (dost) Or Any Government Entity Certification Or Report Of Analysis Or Laboratory Report Or Test Report On Lzod Impact Test. The Report Of Analysis Must Be Zero Failed On Complete Break And Partial Break. 6. The Supplier Must Supervise And Transfer The Technology Of Fabrication & Installation During The Training Proper. 7. All Four (4) Units Cages Must Be Installed Including Its Mooring System After The Training Proper. 8. Complete Bid. The Bfar 5 Now Invites Bids For Above Goods. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 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 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 At The Office Of The Bac Secretariat, Bfar 5, Fabrica, Bula, Camarines Sur. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Until 1:00 O’clock In The Afternoon (official Time At The Office Of The Bac Secretariat) Of February 17, 2025 At The Office Of The Bac Secretariat, Bfar 5, Fabrica, Bula, Camarines Sur Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (php5,000.00) Only. Pre-bid Conference Will Be Conducted On February 3, 2025 At 1:00 O’clock In The Afternoon At The Office Of The Bac Secretariat, Bfar 5, Fabrica, Bula, Camarines Sur. Only Those Bidders Who Purchased The Bidding Documents Can Participate The Pre-bid Conference. Bids Must Be Delivered/submitted At The Office Of The Bac Secretariat, Bfar 5, Fabrica, Bula, Camarines Sur On Or Before 1:00 O’clock In The Afternoon (official Time At The Office Of The Bac Secretariat) On February 17, 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. Based On The Current Procuring Entity’s Capability, Online Or Electronic Submission And Receipt Of Bids Will Not Be Allowed. Bid Opening Shall Be At 1:00 O’clock In The Afternoon Of February 17, 2025 At The Office Of The Bac Secretariat, Bfar 5, Fabrica, Bula, Camarines Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Bidding. Late Bids Shall Not Be Accepted. The Bfar 5 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. For Further Information, Please Feel Free To Contact The Personnel Below. Aries C. Tang Head, Bac Secretariat Office Of The Bac Secretariat Bureau Of Fisheries And Aquatic Resources Region 5 Fabrica, Bula, Camarines Sur Cellphone #: 09161135185 Joelle M. Benavidez Bac Chairman
Closing Date17 Feb 2025
Tender AmountPHP 3.5 Million (USD 60.5 K)
Department Of Public Works And Highways Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Aklan District Engineering Office Region Vi Toting Reyes St., Kalibo, Aklan Invitation To Bid For Contract Id No.: 25ga0108 Contract Name: Completion Of Multi-purpose Building, Barangay Unidos, Nabas, Aklan 1. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan, Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 1,980,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25ga0108 – Completion Of Multi-purpose Building, Barangay Unidos, Nabas, Aklan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Completion Of Multi-purpose Building Contract Id No. : 25ga0108 Locations : Barangay Unidos, Nabas, Aklan Scope Of Works : Construction Of Viewing Deck With Fourteen (14) Units Of Column, With Tie Beams, Floor Beams And Slabs As Shown In Plan Equivalent To Four (4) Column To Column Spanning Of The Covered Court With Interior Plastering Only. Roofing Works Includes The Fabrication Of Nine (9) Units Of Steel Truss Anchored To Column Or Beam With Steel Plates, Pre-painted Metal Sheets. Removal/demolition Of Existing Structure, Beams Along Bench Area, Old Pavement That Affected By Foundation And Gi Roofings. Approved Budget For The Contract : P 1,980,000.00 Contract Duration : 90 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enrol In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only The Following Documents Are Required From Prospective Bidders Prior The Sale Of Bidding Documents, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) C. Letter Of Intent (for Foreign Funded Projects) 4. 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 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan And Inspect The Bidding Documents At Bac (conference Room), Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan During Weekdays From 8:00 A.m To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 – February 12, 2025 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. 7. 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. 8. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Will Hold A Pre-bid Conference On January 30, 2025 At 10:00 A.m At Bac Conference Room, Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_aklan@dpwh.gov.ph For Electronic Submission On Or Before February 12, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 12, 2025 Immediately After The Deadline Of The Submission Of Bids At Bac (conference Room), Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan. 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. 12. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan 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. 13. For Further Information, Please Refer To: Maria Paula P. Garcia-custodio Oic – Procurement Unit (036) 268-3269 Email Add: Bactwgaklan@gmail.com Electronicbids_aklan@dpwh.gov.ph Ernan I. Bañes Bac Chairperson (036) 268-3269 Email Add: Bactwgaklan@gmail.com Electronicbids_aklan@dpwh.gov.ph
Closing Date12 Feb 2025
Tender AmountPHP 1.9 Million (USD 34.1 K)
City Of Valencia Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Contract Reference No. 05-2025 01/14/2025 Invitation To Bid For The Construction Of Perimeter Fence (lgu-owned Lot In Barangay Bagontaas) At Barangay Bagontaas, Valencia City, Bukidnon 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of Four Million Eight Hundred Fifteen Thousand Pesos (php 4,815,000.00) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Construction Of Perimeter Fence (lgu-owned Lot In Barangay Bagontaas) At Barangay Bagontaas, Valencia City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Valencia Now Invites Bids For The Construction Of Perimeter Fence (lgu-owned Lot In Barangay Bagontaas) At Barangay Bagontaas, Valencia City, Bukidnon. Particulars Describes As Follows: Item No. Qty Unit Description Specifications Unit Cost Total Cost 1 1 Lot Concrete Pouring Of Footing, Wall Footing, Column And Grade Beam To The 452.42 L.m. Fence 1; Laying Of 4" Chb Wall; Installation Of Barbed Wire With Holder; Plaster Finish For All The Columns And Chb Wall On Both Sides; Painting Works For Angle Bar And Barbed Wire; Complete As Per Approved Pow, Plans, And Specifications. Php4,815,000.00 Concrete Pouring Of Footing, Wall Footing And Column To The 264.03 L.m. Fence 2; Laying Of 4" Chb Wall; Fabrication And Installation Of Rectangular Tube And Square Tube Fence; Plaster Finish For All The Columns And Chb Wall On Both Sides; Painting Works For Steel; Complete As Per Approved Pow, Plans, And Specifications. Other General Requirements B.5 (1) 2.00 Ea. Project Billboard / Signboard B.7 (1) 1.00 L.s. Occupational Safety And Health Program B.9 (1) 1.00 L.s. Mobilization / Demobilization A.1 1.00 L.s. Construction Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer Earthwork 803 (1) A 306.15 Cu.m. Structure Excavation (common Soil) 804 (1) A 218.60 Cu.m. Embankment From Structure Excavation(common Soil) 804 (7) 17.51 Cu.m. Gravel Fill Plain And Reinforced Concrete Work 900 (1) C 95.42 Cu.m. Structural Concrete (3000psi, Class A, 28 Days) 902 (1) A1 11,273.40 Kg. Reinforcing Steel (deformed, Grade 33) 903 (2) 487.20 Sq.m. Formworks And Falseworks Finishings And Other Civil Works C.1 Masonry Works 1046 (2) A1 1,357.55 Sq.m. Chb Non Load Bearing (including Reinforcing Steel, 100mm) C.2 Finishing Works 1027 (1) 2,263.10 Sq.m. Cement Plaster Finish C.3 Painting Works 1032 (1) C 370.58 Sq.m. Painting Works (steel) C.4 Steel Works 1047 5,975.04 Kg. Metal Structure Total Amount: Php4,815,000.00 Required Number Of Days For Completion Is 235 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Within 10 Years From The Date Of Submission And Receipt Of The Bid Hereof. The Description Of An "eligible Bidder" Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 3. No Time Extension Shall Be Granted Unless On Fortuitous Event, Acts Of Nature Or Any Natural Calamities. 4. 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 Proprietorship, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) 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. 5. Interested Bidders May Obtain Further Information From Josafat L. Caipang, Head Of Lgu-valencia City Bac Secretariat And Inspect The Bidding Documents At Address Given Below From Mondays-fridays 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 15, 2025 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Five Thousand Pesos (php 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Site Inspection Is Required From Every Interested Bidder And Site Inspection Certificate Shall Form Part Of The Bid Documents. No Site Inspection Certificate Shall Mean Automatic Disqualification. Site Inspection Schedule Is On January 20, 2025 At 10:00 O’clock In The Morning, Assembly Area At Bac Office. 6. The City Government Of Valencia Will Hold Its Pre-bid Conference On January 23, 2025 (1:30 Pm) At The Bac Office, City Hall Compound, City Of Valencia, Bukidnon Which Shall Be Open To All Interested Bidders. 7. Only Project Engineers, Materials Engineer And The Like Are Required To Attend The Pre-bid Conference. In The Absence Of The Same, The Representative Must Present To The Bac An Authorization Letter Signed By The Owner. 8. Interested Contractor Are Required To Include In Their Technical Bid Proposal The Duly Signed List Of Contractor's Equipment Units, Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project. 9. Prospective Bidders Who Were Not Able To Purchase Bid Documents Prior To The Bid Opening Shall Not Be Opened And Will Be Disqualified. 10. Bids Must Be Delivered To The Address Below On Or Before (1:00 Pm) February 6, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Chooses To Attend At The Address Below. Bid Opening Shall Be On (1:30 Pm) February 6, 2025 At Bac Office, City Hall Compound, City Of Valencia, Bukidnon. Late Bids Shall Not Be Accepted. The Clock In The Bac Office Shall Serve As The Time Reference, And Shall Be The Basis For The Official Time Received Of The Bidding Documents Submitted In The Office. 11. The City Government Of Valencia Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. 12. The Head Of The Procuring Entity (hope) Reserves The Right To Accept Or Reject Any Or All Bids To Annul The Bidding Process, At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. All Correspondence Shall Be Addressed To The Bac Secretariat, Attention: Mr. Abe P. Gillaco, Mpa, Bac Chairman. 14. For Further Information, Please Refer To: Lgu Valencia City-josafat L. Caipang Admin Office, 8709 Catarata St., Poblacion, Valencia City, Bukidnon Tel. No. (088) 828-5430 Abe P. Gillaco, Mpa Bac Chairman
Closing Date6 Feb 2025
Tender AmountPHP 4.8 Million (USD 82.3 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ka0093 Construction Of School Building Bukidnon National High School, Malaybalay City, Bukidnon Bukidnon National High School, Malaybalay City, Bukidnon 1. The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City, Through The Gaa 2025 Intends To Apply The Sum Of Php 19,900,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ka0093 Construction Of School Building Bukidnon National High School, Malaybalay City, Bukidnon Bukidnon National High School, Malaybalay City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening 2. The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id : 25ka0093 Contract Name : Construction Of School Building Bukidnon National High School, Malaybalay City, Bukidnon Contract Location : Bukidnon National High School, Malaybalay City, Bukidnon Scope Of Work : Construction Of School Building: A.) Structure Excavation Of Footing And Wall Footing; B.) Fabrication And Installation Of Formworks And Falseworks; C.) Laying Of Embankment And Gravel Fill; D.) Construction Of Reinforced Concrete Structures Such As Footing, Wall Footing, Tie Beams, Roof Beams, Columns, And Slab On Grade; E.) Laying Of Concrete Hollow Blocks (including Reinforcing Steel 100mm And 150mm); F.) Installation Of Metal Structures (trusses And Purlins) With Metal Structure Accessories Such As Turnbuckle, Bolts And Rods, Sagrods, Cross Bracing, And Steel Plates; G.) Installation Of Corrugated Type Roofing, Long Span, Above 0.427mm With Ridge Rolls And Flashings; H.) Carpentry And Joinery Works, Installation Of Doors, Windows, And Railings; I.) Installation Of Ceiling (4.5mm Fiber Cement Board On Metal Frame), Moulding (precast), Finishing Hardware, Glazed And Unglazed Tiles, Cement Floor Finishing (with Floor Hardener), Cement Plaster Finish For Walls, And Reflective Insulation; J.) Painting Works Masonry On Exposed Cement And Fiber-cement Areas, Wood, And All Steel Surfaces; K.) Plumbing Works Such As Installation Of Catch Basins, Laying Of Pipes For Sewer And Cold Water Lines, Installation Of Plumbing Fixtures, Cistern, And Downspouts; L.) Electrical Works; M.) Mechanical Works; N.) Application Of Soil Poisoning Chemical Prior To Concrete Pouring Of Slab-on Grade, Wall Footing, Footing And Building Perimeter After Building Is Complete; Complete As Per Approved Pow, Plans, And Specifications. Approved Budget For The Contract (abc) : Php 19,900,000.00 Source Of Fund : Gaa 2025 Contract Duration : 190 C.d. Bid Documents Fee In Php : Php 25,000.00 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. 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 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City And Inspect The Bidding Documents At Capitol Compound, Malaybalay City During Weekdays From 8:00 Am – 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 18, 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 25,000.00. 7. 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. 8. The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City Will Hold A Pre-bid Conference On January 30,2025, 10:00 Am Via Zoom With Meeting Id: 923 1132 1070 And Passcode: Dpwh2024 And The Bidder May View Through Live Streaming (youtube Channel) Dpwh Bukidnon 1st Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bukidnon1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 Until 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 11,2025, 10:00 Am At Conference Room, Dpwh-bukidnon 1st Deo. 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. 12. The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City 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. 13. For Further Information, Please Refer To: Rosmendo C. Bongocan, Jr. Engineer Iii Head, Procurement Unit Telefax No. (088) 813-2087 Cellphone No.09178765473 Bongocan.rosmendo_jr@dpwh.gov.ph 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Electronicbids_bukidnon1@dpwh.gov.ph Approved By: Sarah Jane B. Lagrama Bac Chairperson Date Of Publication: January 18,2025
Closing Date11 Feb 2025
Tender AmountPHP 19.9 Million (USD 342.9 K)
City Of Bayawan Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Negros Oriental City Of Bayawan Bid No.:itb 24-326 Bids And Awards Committee Date:december 27,2024 Invitation To Bid Sealed Bids For Quotation Of Prices Will Be Received For The Purchase Of The Following Supplies, Materials And Equipment Of The Government To Be Opened On The Date, Place, And Time Stated In Instruction To Bidders. Item No. Item Description Qty. Unit Additional Attribute Unit Cost Total Lot I Feeds 42,930.00 1 Feeds, Grower 50 Kgs/sack 2 Sack 2 Feeds, Finisher 50 Kgs/sack 2 Sack 3 Poultry Feeds Layer Mash, 50 Kgs/sack 18 Sack 4 Feeds , Starter 50 Kgs/sack 2 Sack Lot Ii Drugs And Medicines 3,810.00 5 Multivitamins, + Electrolyte 24 Sachets X 22 Grams Per Box 6 Box Lot Iii Carpentry Tools And Supplies 14,877.50 6 Bronze, Nail # 1 2 Kilo 7 Bronze Nail, # 1 1/2 3..5 Kilo 8 Bronze Nail, # 2 ..50 Kilo 9 Bronze Nail, # 2 1/2 1..50 Kilo 10 Plywood, Marine ,3/4 1 Piece 11 Plywood , Marine ,1/4 2 Piece 12 Plywood, Marine ,3/8 2 Piece Lot. Iv Bolt And Screw 220.00 13 S/s Lag Screw, S/s ,5x16x3 2 Piece 14 Lag Screw , S/s ,5x16x2 1/2 2 Piece Lot. V Electrical Supplies And Materials 158,218.00 15 Electric Iron, Dry And Steam (1200w/ 230v Ac/ 60hz) 2 Unit 16 "electric Oven , (2 Layers) Oven Capacity: 49.0 Liters, Oven Accessories: Oven Net, Oven Tray" 1 Unit 0.00 17 Ice Crusher, Electric, Aluminum, 220v 1 Unit 18 "egg Machine , With 24 Hens *cage - 1 Teir Set Up (12 Heads) - Made Of Hot Dipped Galvanize - 6 Doors Total, 18in Per Door, 4 Heads Per Door - H=5ft- W=4.5ft - L-9ft *ready To Lay Hens - 17 To 19 Weeks White Dekalb - Fully Vaccinated With Booster Shots * Feeders- Blue Pvc Feeders * Drinkers- Double Cup & Double Nipple Drinker" 6 Unit 19 Electric Wire, Duplex, Flat Cord, #12, Duplex, Flat Cord, #12 120 Unit Lot. Vi Farm/garden Tools And Accessories 1,160.00 20 Pail, 12l Capacity, Black 2 Piece 21 Basin Plastic , Plastic ,28 Inches (large) 6 Piece Lot. Vii Lighting And Fixtures And Accessories 624.00 22 Bulb, Led,(5 Watts) 6 Piece Lot. Viii Measuring/observing/testing Devices 15,696.00 23 Weighing Scale, Manual, Flat Form, 10 Kgs. Capacity 9 Unit Lot. Ix Paints, Tools And Supplies 14,574.00 24 Paint Brush, 3in, Pure White Bristle 3 Pieces 25 Lacquer Thinner , 3 Liter/bottle 2 Bottle 26 Epoxy Paint , White 4 Liter/gallon 5 Gallon 27 Marine Epoxy , A/b 4 Liter Per Can 2 Can 28 Marine Epoxy , (a/b) 1 Liter Per Can 2 Can Lot. X Paper Materials And Products 980.00 29 Paper Cups , 10oz 4 Pack 30 Paper Cups , 12oz 4 Pack 31 Paper Cup , 16oz 4 Pack Lot. Xi Power Tools, Equipment And Accessories 135,500.00 32 "marine Engine, Air-cooled Gasoline Engine,(6.5 Hp) Starting System: Recoil System" 2 Unit 33 "marine Engine , Air-cooled Gasoline Engine ,18 Hp Starting System: Recoil System" 1 Unit 34 "marine Engine , Aircooled Gasoline Engine,16 Hp Starting System: Recoil System" 4 Unit 35 Electric Grinder , Wet & Dry,fully Stainless(3hp Grinder Peanut Butter,220v 60hz,heavy Duty) 1 Unit Lot. Xii Appliances 186,618.00 36 Blender , (heavy Duty) 220-240v 3hp/2238 W 1 Unit 37 "chest Freezer, Single Door, 6 Cu. Ft. Solid Top, Grip Handle, Key Lock, Single Wire Basket, Roller Feet, Defrost System: Manual With Warranty" 9 Unit 38 Water Dispenser, Cold (vendo Machine W/coinslot) 220v With Warranty 1 Unit 39 Washing Machine , (twin Tub) 14kgs Capacity With Warranty 2 Unit Lot. Xiii Metal Works & Fabrication 1,199,520.00 40 Fabricated Negokart, With Bmx Bicycle And Accessories (made Up Of G.i Steel Plate, G.i Pipe, Angle Bar. Body Should Bear The Official Seal Of Lgu-bayawan City, Dole And Dilp. Should Also Feature A Tourist Spot Of Bayawan City. 51 Unit Lot. Xiv Other Machinery And Equipment 29,944.00 41 Chainsaw , 36in. Gasoline Engine, 70 Horsepower, Portable 1 Unit Lot. Xv Other Supplies & Materials 506,399.60 42 Frying Wok, Stainless Steel Nonstick, 36cm Diameter,10.5 Cm Depth 51 Piece 43 Glass Show Case, (3 Layers) W-24cm, L-64cm, H-51cm, Thickness Of Glass-0.5cm 52 Unit 44 Steel Basin, Stainless ,45cmx15cm 2 Piece 45 Plastic Jar, With Cover 500ml, For Peanut Butter 100 Piece 46 Chair, Plastic Stool, White 3 Piece 47 Table, Plastic, Monobloc, Square 1 Piece 48 Hanger, Plastic 6 Dozen 49 Clip Hanger, Plastic 12 Pieces 50 Box, For Storage, Plastic, 120l With 2 Clips, Button Wheels For Easy Moving, Clear, Heavy Duty 3 Box 51 Baking Pan, Round, 6 Inches X 3 Inches, Upper Diameter:6 Inches, Bottom Diameter: 5.5 Inches, Height:3 Inches 5 Pieces 52 Glassine Cup, For Cupcake,10cm, 1000pcs/pack 1 Pack 53 Baking Pan, Rectangular, Aluminum 8x12 Inches 6 Pieces 54 Measuring Cup, Plastic, Transparent,up To 1l Capacity 1 Piece 55 Baking Liner, Parchment Paper, 20mtrs., 20m X 30mm Per Box 5 Box 56 Cupcake Molder, Carbon Steel 12 Holes Tray 3 Set 57 Trapal, , 6 Feet Height,0.4mm Thick 18 Meter 58 Brass Pipe, 3/4 Inches,male 25 Unit 59 Ball Joint, 3/4 X 1, For Pump Boat 1 Piece 60 Stainless Shaft, 3/4x5ft 2 Piece 61 Stainless Shaft, 5/8 X 7ft W/ Thread 1 Piece 62 Stainless Propeller 3/4 X 5ft 2 Unit 63 Stainless Propeller 5/8in X 7 1 Piece 64 G.i Pipe, # 1-5-40 20ft./length 1 Length 65 Stand Belt, S/s,3/8x2.5 2 Piece 66 Stand Belt, S/s ,3/8x3 2 Piece 67 P.e Hose , 1 1/2 4 Meter 68 Rope, #20 1..5 Roll 69 Rubber Float , Round (patao) 360 Pieces 70 Cooler Box, Styro, 12kls Capacity 6 Piece 71 Cooler, Plastic With Cover (40kgs. Capacity) 2 Piece 72 Battery, 12 Volts 22 Plates 1 Unit 73 Battery , 12 Volts 17 Plates 3 Unit 74 Iron Board, Foldable, Ironing Board Cover With Foam, 36in Board Length. 2 Piece 75 Stove, Single Burner (stainless Steel Body, Automatic Ignition Flame Controller, Gas Type: Lpg) 51 Unit 76 Stove, Single Burner With Gas Tank 7kgs. 1 Set 77 Aluminum Wok/cawa, Big Size, Diameter 56.5 Cm, Height 19cm 1 Piece 78 Fishing Hook, #58 2 Pack 79 Fishing Hook, #59 4 Pack 80 Fishing Hook, #60 4 Pack 81 Lead Sinker, No. 2 25 Kilo 82 Nylone , Monoline,#45 1 Kilo 83 Nylone , Monoline,#40 1 Kilo 84 Nylone , Monoline ,#30 1 Kilo 85 Nylon , Monoline,#25 1 Kilo 86 Nylone , Monoline,#20 1 Kilo 87 Nylon , Monoline,#15 5 Kilo 88 Nylone , Monoline.#12 1 Kilo 89 Nylone , Monoline,#10 10 Kilo 90 Fishing Net , (pamu) #8 4 Meter 91 Fishing Net , #10 1,500 Meter 92 Fishing Net , #9 1,400 Meter 93 Pamo Net , 210x2x9x100m 3 Roll 94 Pamo Net , 210x2x8x100m 3 Roll 95 Hand Mixer , (electric Cake Batter) 3 Kls. Capacity Single Whisk. 1 Unit 96 Plastic Sando Bag (xl) 50 Pieces Per Pack, (xl) 50 Pieces Per Pack 55 Pack 97 Sando Ecobag, Large, 50 Pieces/pack 55 Pack 98 Brass Pipe, 5/8" X 4 Feet 1 Piece 99 Sand Paper,#120 4 Pack 100 Sando Ecobag, Extra Large, 50 Pieces/pack 10 Pack 101 Cross Joint, 3/4 Ft. X 5/8 Inches, 3/4 Ft. X 5/8 Inches 2 Piece 102 Rudder Assembly Stainless 5/8 Inches X 3 Feet, 5/8 Inches X 3 Feet 2 Piece 103 Rudder Assembly Stainless 5/8 Inches X 3.5 Feet, 5/8 Inches X 3.5 Feet 1 Piece Lot. Xvi Cleaning Equipment And Supplies 223,426.00 104 Bleaching Liquid, 250ml Per Bottle 408 Bottle 105 Bleaching Liquid, 5l Per Bottle 4 Bottle 106 Bleaching Liquid, 3.785l Per Bottle 10 Bottle 107 Bleaching Liquid, Color Safe 3.6l 10 Bottle 108 Body Soap, Pure White With Germ Shield, 60g 408 Piece 109 Body Soap, Fresh Green With Germ Shield, 60g 408 Piece 110 Detergent Bar, 360g 20 Piece 111 Detergent Bar, White, 400g 408 Piece 112 Detergent Powder, Calamansi (single), 57gx6 Sachet 510 Pack 113 Detergent Powder , (whitener) 2 Kilo Per Pack 10 Piece 114 Detergent Powder , (twin Pack) Sunrise Fresh 70g X 6 Sachet 408 Pack 115 Detergent Powder , (all Colors) 2 Kilo Per Pack 10 Pack 116 Fabric Conditioner, Antibac, Sachet, 25ml X 6 340 Pack 117 Fabric Conditioner , Sunrise Fresh, (1l) 10 Piece 118 Hair Conditioner, Standout Straight Sachet, 12ml X 6 170 Pack 119 Hair Conditioner, Damage Control 11ml X 6sachet 170 Pack 120 Hair Shampoo & Conditioner , Complete Repair Avocado Oil & Honey For Damage Hair, 15ml X 6 Sachet 408 Pack 121 Hair Shampoo, Smooth & Manageable 15ml X 12s 408 Pack 122 Sanitary Napkin, Non-wings 8pcs/pack 204 Pack 123 Sanitary Napkin, W/wings 8pcs/pack 170 Pack 124 Toothpaste Cool Menthol Fresh Twin Sachet, 20g, Cool Menthol Fresh Twin Sachet, 20g 408 Piece Lot. Xvii Commercial Lumber 11,254.00 125 Lumber, Gemillina,1x2x18 15 Piece 126 Lumber, Gemillina,2x8x8 1 Piece 127 Good Lumber, 1x2x10 9 Piece 128 Good Lumber, 1x12x16 3 Piece 129 Good Lumber, 1x2x18 3 Piece 130 Good Lumber, 2x2x10 9 Piece 131 Good Lumber, 2x2x8 3 Piece 132 Good Lumber, 2x4x8 2 Piece ***nothing Follows*** Grand Total 2,545,751.10 Place Of Delivery: Fob Bayawan, City Warehouse Form And Amount Of Bid Security: I Hereby Certify That The Above Articles Are Equally Carried In Stock By Me In Quantities Above Stated Except Those Marked "none". Terms And Conditions Specified In The Annex Of This Form Are Herein Accepted. The Quantity Shown And Prices As Quoted Are Hereby Offered. ___________________________ Name Of Business/company Address/contact Number Evaluation: Bids And Awards Committee _________ Virginia D. Sadiasa, Chairman Wilfredo C. Tuale, Member _________ Saturnino T. Dayanan, Vice-chairman Corazon P. Lirazan,member ________ Ernesto N. Dinopol,jr.,member _________ Nefredo Camillo A. Villarubia,member Invitation To Bid The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors/contractors To Bid For The Hereunder Projects: Itb No. Pr No. Project Name Total Abc Of Project Source Of Funds Itb 24-326 300-24-12-011 Delivery Of Other Supplies And Materials For Integrated Livelihood Project.(ccmdo) 2,545,751.10 Trust Fund Lot No. Description Of Lot Total Abc Of Lot Bid Security Cash/mc/bank Gurantee (2% Of Abc) I Feeds 42,930.00 856.60 Ii Drugs And Medicines 3,810.00 76.2 Iii Carpentry Tools And Supplies 14,877.00 297.54 Iv Bolt And Screw 220.00 4.40 V Electrical Supplies And Materials 158,218.00 3,164.36 Vi Farm/garden Tools And Accessories 1,160.00 23.20 Vii Lighting And Fixtures And Accessories 624.00 12.48 Viii Measuring/observing/testing Devices 15,696.00 313.92 Ix Paints, Tools And Supplies 14,574.00 291.48 X Paper Materials And Products 980.00 19.6 Xi Power Tools, Equipment And Accessories 135,500.00 2,710.00 Xii Appliances 186,618.00 3,732.36 Xiii Metal Works & Fabrication 1,199,520.00 23,990.40 Xiv Other Machinery And Equipment 29,944.00 598.88 Xv Other Supplies & Materials 506,399.60 10,127.992 Xvi Cleaning Equipment And Supplies 223,426.00 4.468.52 Xvii Commercial Lumber 11,254.00 225.08 Bid Documents Shall Be Available At The Bac Office, New Bayawan City Hall, Negosyo Center, Lgu Bayawan City Upon Ss Payment Of Prescribed Non-refundable Fee In The Amount Of Php 5,000.00. Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids As Shown Below. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Post- Qualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed Below, As Follows: Activities Schedule Issuance Of Bid Documents December 27, 2024 To January 15, 2025 @ 5:00 P.m. Pre-bid Conference January 7, 2025 @ 9:00 A.m. Deadline/opening Of Bids January 16, 2025 @ 9:00 A.m. Approved: Virginia D. Sadiasa Bac Chairman Geps Publication : December 27, 2024 Newspaper : None
Closing Date16 Jan 2025
Tender AmountPHP 2.5 Million (USD 43.5 K)
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Details: The Naval Air Warfare Center Weapons Division (nawcwd), China Lake, Ca, Intends To Issue An Rfp On A Sole Source
basis To Jacobs Technology Inc. Based On The Federal Acquisition Regulation 6.302-1 Justification For Only One Responsible
source And No Other Supplies Or Services Will Satisfy Agency Requirements. Jacobs Technology Inc. Is The Current Designer And
operator Of The Air Launch Test Capability (altc), And The Only Source Able To Perform These Efforts In The Timeline Required To Meet Fleet Needs.
this Effort Is A Follow-on Contract That Will Continue To Provide Upgrade, Redesign, And Operation Of The Current Launch Test Complex (ltc) At China Lake, Ca, To Include Site Re-activation, Test And Evaluation, Support To Enable Fielding Or Deployment, As Well As Upgrade, Design And Fabricate A Test Payload Tube (tpt), Launch Test Stand (lts), Launch Test Vehicle(s) (ltv), Advanced Payload Module (apm), Compressed Air Ejector (cae), Cross Flow (cf) Simulator And Control And Data Acquisition Next Generation (cdas-ng). The Upgraded Ltc, Now Referred To As The Air Launch Test (alt) Complex, Will Provide The Air Launch Testing/capability To Support The Cps Program. This Requirement Is To Also Provide Conceptual Design And Operation Of An Under Water Test (uwt) At The Underwater Launch Test (ult) Complex , Which Will Include Estimated Costs, Technology Maturity And Estimates On Build Schedules. This Data Will Be The Updated Basis For Government Trade Studies, Or Parametric Cost Estimates For The Ult Complex. The Alt And Ult Complex Will Not Only Aide In The Conceptual Design Of A New Weapons System, Through Qualification Of Hardware, Various Components And Systems, But Will Also Provide Risk Mitigation For The Testing Of The New Weapons System On A Ship, Submarine, Aircraft, And Land To Achieve The Hypersonic Capability As Directed By The Office Of The Secretary Of Defense (osd).
this Notice Of Intent Is Not A Request For Competitive Proposals; However, Any Firm Believing It Can Fulfill The Requirement Identified Above May Submit A Written Response To Be Received At The Contracting Office No Later Than 18 Days After The Date Of Publication Of This Notice, Which Shall Be Considered By The Agency. The Written Response Shall Reference Solicitation Number N6893625r0015 (posted As N6893624r0025 With The Sources Sought; Here Updated For Fiscal Year 2025) And Provide A Capability Statement That Clearly Indicates The Firm’s Experience, Assets, Background, And Ability To Perform The Required Work Without Compromising The Quality, Accuracy, Reliability, And Schedule.
interested Firms Must Be Registered In The System For Award Management (sam) Database At Https://sam.gov/ To Start Doing Business With The Federal Government.
written Responses To This Notice Shall Be Submitted By E-mail To The Point(s) Of Contact Listed Below No Later Than 18 Days From This Notice Date.
Closing Date21 Jan 2025
Tender AmountRefer Documents
3781-3790 of 4034 archived Tenders