Fabrication Tenders
Fabrication Tenders
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n792.14|2g1|see Email|helen.i.carmelo.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|||||||||
time Of Delivery (june 1997)|20|||||||||||||||||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving||tbd|n00383|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
value Engineering (jun 2020)|3||||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|1 Year After Date Of Delivery|45 Days From Discovery Of Defect|||||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
limitation Of Liability--high-value Items (feb 1997)|1||
limitations On Pass-through Charges (jun 2020)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American--balance Of Payments Program (feb 2024)|1||
royalty Information (apr 1984)|1||
annual Representations And Certifications (may 2024)|12|336413|1250 Emp|||||||||||
facsimile Proposals (oct 1997)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
offerors Shall Submit Proposals Via Neco Or Email Only.
1. Scope
1.1 . Markings Shall Be In Accordance With Mil-std-130.
1.2 Pre-award / Post Award Requirements:
due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended.
1.3 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved
will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The
sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation:
(a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The
same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval.
(b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors.
(c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents.
(d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings,
forgings, Etc.
(e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics
should Be Discernible From All Other Characteristics.
the Above Requirements Are A Subset Of Requirements Specified In The Aso
source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With
mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval
brochure.
1.4 Sampling Rates (aqls) Indicated Below Shall Be Used In Accordance With
ansi Z1.4 For Single Sampling And A General Inspection Level Of Ii.
1.5 In Addition To The 100% Pco Mandatory, Critical And Major Characteristics,
attributes For Plating, Hardness And Non-destructive Testing Will Be Inspected
one Hundred Percent.
1.6 Contractor Shall Develop A System For Identification Of Individual
piece Parts For Traceability Purposes. Markings Shall Not Be Permanent.
1.7 An Aql Of 1.5 Will Be Used For Class 3 Threads And Dimensions, And
geometric Feature Controls With A Tolerance Range Of .010 Or Less.
1.8 For Minor Characteristics, A Sampling Rate Determined By The Contractor
and Subject To Qar Approval Will Be Used.
1.9 The Material Covered In This Contract/purchase Order Will Be Used In A
crucial Shipboard System Enabling The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems Or Loss Of Aircraft. Therefore,the Material Has Been
designated As Critical Material And Special Control Procedures Are Invoked
to Ensure Receipt Of Correct Material.
1.10 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;nawc Lakehurst; Drawing Number ( ;80020; ) ;11-61369-5; , Revision ;v; And All Details And Specifications Referenced Therein.
1.11 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not
be Provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced
specification.
1.12 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c.
2. Applicable Documents
drawing Data=mpr 1223 |80020| C| |d| | | |
drawing Data=mpr 4 |80020| D| |d| | | |
drawing Data=11-61369 |80020| V| |d| | | |
3. Requirements - Not Applicable
4. Quality Assurance
unique Requirements:
all Records Pertaining To Alre Csi/cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Technical Authority. All Records Shall Be Maintained By Lke Qa And By The Manufacturer For A Period Of Seven Years.
interim Inspection Requirements: The Following Item(s) Requires An Interim Inspection At The Contractor's Location:
a. P/n 11-61369-5, Cover-intmd 12 Ft (csi):
i. Verification Of Material Properties And Testing Per Note 5 Of Drawing 11-61369 (m101).
ii. Verification Of Heat Treatment Per Note 6 Of Drawing 11-61369 (c1).
iii. Witness Of Magnetic Particle Inspection Per Mpr 4. Note 5 Of Drawing 11-61369 Refers (m101).
iv. Witness Of Dimensional Inspection Per Drawing 11-61369 (m102-m126).
alre Csi Parts Require Certification.
a. When Certified, An Alre Part Is Marked With A Material Identification Code (mic). Nawcadlke Qa Will Provide The Mic To Dcma If The Component Is Source Accepted, And After Receipt Of All Associated Data. Application Of Mic Shall Bein The Same Methodology As
the Drawing Note For Part Marking, And In Same Area As Part Marking (next To, Above, Or Below).
receipt Inspection And Certification Of Sub-components: N/a
receipt Inspection And Certification Of The Top Assembly:
the Receipt Inspection And Certification Of The Top Assembly, P/n 11-61369-5, Shall Occur During The Final Inspection.
contractor Assist And Part Marking:
a. The Contractor Shall Assist On The Conduct Of The Inspections (both Final And Interim) Required That Are Necessary To Certify The Critical Items Specified Herein. The Contractor Shall Provide Adequate Facilities, Inspection Equipment, And Skilled Personnel,
to Support The Nawcadlke Inspector In The Conduct Of The Interim Inspection(s). The Contractor Shall Provide Gauges, Tools, Fixtures, And Jigs Necessary To Perform The Inspections. The Contractor Shall Also Provide Sufficient Rigging/material Handling Services
and Manpower To Setup/configure/operate Equipment & Machines Used To Accomplish The Inspection Task. This Contractor Assist Requirement Shall Be Applicable To 100% Of The Production Quantities. As Part Of The Mri Process, The Nawcadlke Qa Representative Will
provide, In Writing, A Certification Number Along With Direction For Marking The Critical Safety Items (csi).
1. The Solicitation/contract Shall Contain The Nawcadlke Inspection Surveillance Clause As Follows:
a. Because Of The Critical Nature Of This Material, A Representative Of The Naval Air Warfare Center Aircraft Division Lakehurst (nawcadlke) Is Available To Furnish Technical Assistance On Quality Assurance (qa) Matters And Shall Have The Option Of Conducting
qa Surveillance For The First Lot Produced Under This Contract (and All Subsequent Lots If Necessary). This Requirement Will Be Performed In Conjunction With The Government Qas Of The Cognizant Defense Contract Management Activity And Does Not Abrogate The
authority Or Responsibility Of The Designated Government Qas. The Contractor Agrees To Notify Roy Janney, Roy.a.janney.civ@us.navy.mil, Of The Nawc Qa Section Code, Bl41600, Lakehurst, Nj 08733-5035 And The Pco When The Material Is Scheduled To Be Presented To
the Dcma Government Qas For Government Inspection And Ac Ceptance. This Notice Shall Afford The Nawcadlke Qa Representative The Option Of Being Present During The Inspection. A Minimum Of Fourteen (14) Working Days Is Required To Arrange The Surveillance Visit.
notification Shall Include The Following Information: Company Name,cage Code, Phone Number, Fax Number, Contract Number, Point Of Contact, Part Nomenclature, Part Number, Niin, Type Of Inspection, And Quantity Of Parts.
b. Due To The Critical Nature Of This Item, It Is Necessary To Conduct In-process Inspections On Critical Component Features, Attributes, Or Manufacturing Processes. The Contractor Agrees To Notify Roy Janney, Roy.a.janney.civ@us.navy.mil, Of The Nawc Qa
section Code, Bl41600, Lakehurst, Nj 08733-5035 And The Pco When Material Is Scheduled For The Interim Inspection(s) That Are Identified Herein. This Notice Shall Afford The Nawcadlke Qa Representative The Option Of Being Present During The Inspection. A
minimum Of Seven (7) Working Days Is Required To Arrange The Surveillance
visit. Notification Shall Include The Following Information: Company Name, Cage Code, Phone Number, Fax Number, Contract Number, Point Of Contact, Part Nomenclature,part Number, Niin, Type Of Inspection, And Quantity Of Parts.
2. The Contractor Shall Perform Quality Conformance And Lot Sampling Inspection For All Associated Features That Are Present In The Drawings And Specifications:
a. Features/attributes/requirements Classified As Critical And Major On The Drawing(s) Or Within The Technical Specification Shall Be Inspected And Shall Have The Actual Dimensions Documented 100%;
b. Attributes For Plating, Hardness, And Non-destructive Testing Shall Be Inspected 100%;
c. Class 3 Threads, Dimensions, And Geometric Feature Controls With A Tolerance Range Of .010 Or Less Shall Be Inspected Using An Aql Of 1.5 And The General Inspection Level Ii As Defined By Ansi Z1.4
d. Minor Characteristics: Sampling Shall Be Inspected Using An Aql Of 4.0 And The General Inspection Level Ii As Defined By Ansi Z1.4.
3. The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System Supporting The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious
personnel Injury, Loss Of Life, Loss Of Vital Shipboard Systems, Or Loss Of Aircraft. Therefore, The Material Has Been Designated As Critical Safety Item (csi) Material And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
4. First Article Testing:
the Contractor Shall Conduct First Article Testing On This Item Of Alre/se And Must Address All Elements Listed Below And Prepare A First Article Test Report Documenting The Outcome. Unless Otherwise Specified, The Report And Its Acceptance Shall Be Per The
provisions Of The Applicable Contract Data Requirements List (cdrl).
a. Requirements:
i. First Article Quantity Is One (1); In Uncoated Condition.
ii. The First Article Shall Be Available For Government Evaluation Per The Contract Schedule. The Evaluation Shall Be Conducted In The Presence Of The Government Personnel. Accordingly, The Contractor Shall Allow Time To Arrange For Nawc Participation In
accordance With The "nawcadlke Inspection Witness Option";
iii. The Contractor Shall Provide Facilities And Personnel Sufficient To Conduct All Necessary Tests To Establish Conformance;
iv. The Contractor Shall Have Available For Review All Certifications, Test Reports, In-process Inspection Documents Needed To Substantiate Product Quality; This Same Documentation Shall Also Be Included In The First Article Test Report;
v. The Contractor Shall, At The Time Of First Article, Have Corrected Any Problem Areas Deemed Significant And Documented As Deficient By The Government Within His/her Quality Assurance System Not Previously Identified During Prior Evaluations And/or Surveys;
any Problems Identified During The Conduct Of The Test Will Also Require Correction.
b. Testing And Evaluation:
i. The Contractor Shall Accomplish 100% Inspection And/or Testing Of All Critical, Major, And Minor Dimensions And/or Requirements Identified In The Drawings, Drawing Notes, And Process And Fabrication Specifications. Results Shall Consist Of Actual Dimensions,
measurements, And Test Outcomes And Shall Be Recorded And Included In The First Article Test Report.
c. Acceptance/reject Criteria:
i. Satisfactorily Meeting All Requirements Cited In The First Article Testing "requirements" Paragraph Above And Satisfactorily Demonstrating 100% Conformance To The Test And Evaluation Elements Cited In The First Article Testing "testing And Evaluation"
paragraph Above Shall Constitute Acceptance Of The First Article;
ii. Failure To Meet Any Of The Conditions In The First Article Testing "requirements" Paragraph Above Or The First Article Testing "testing And Evaluation" Paragraph Above Shall Be Cause For Rejection.
d. Delivery:
i. The Accepted First Article Exhibit May Be Delivered And Counted Along With The Contract Production Quantities Providing The Item Has Not Been Damaged During Testing, And Has Been Found To Be Conforming;
ii. The Contractor Is Responsible For Preparing The First Article Test Report In Accordance With Cdrl's.
5. Production Lot Special Tests: N/a
6. For Purposes Of This Tdr, The Term Ndt Shall Refer To The Following Methods: Mt - Magnetic Particle Testing, Pt - Penetrant Inspection, Ut - Ultrasonic Testing, Rt - Radiographic Testing, And Vt - Visual Testing.
7. Companies Performing Ndt Shall Be Nadcap Accredited, Or A Laboratory Accredited By One Of The Organizations Listed Below As Satisfying Iso 17025 (general Requirements For The Competence Of Testing And Calibration Laboratories). Ndt Certificates Shall Be Bear
the Symbols Of Accreditation And The Accreditation Body
a. American Association For Laboratory Accreditation (a2la)
b. Ansi National Accreditation Board (anab)
c. International Accreditation Service, Inc. (ias)
d. National Voluntary Laboratory Accreditation Program (nvlap)
e. Perry Johnson Laboratory Accreditation, Inc. (pjla)
f. Canadian Association For Laboratory Accreditation Inc. (cala)
g. Standards Council Of Canada (scc)
4.1 Review Documentation As Provided Under Dd 1423 Requirements.
4.2 Critical Manufacturing Processes
( ;applies; ) Heat Treat
( ; ; ) Welding
( ; ; ) Cadmium Plating
( ; ; ) Engineering Chrome Plating
( ; ; ) Nickel Chrome Plating
( ; ; ) Casting(s)
( ; ; ) Forging(s)
( ;applies; ) Mpr (material Processing Requirements)
4.3 The Test To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below
4.3.1 Dimensional Test (special)
;close Tolerances. Hardness Test;
4.3.2 Requirements Of:
;lke Drawing Package;
4.3.3 Form
;applies;
4.3.4 Fit
;n/a;
4.3.5 Function
;n/a;
4.3.6 Compliance With Drawing ( ;80020; ) ;11-61369; , Revision ;v; And Specifications Referenced Therein.
4.4 In Addition To The Above Tests, The First Article(s) To Be Inspected Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With The Contract Requirements
4.5 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Inspection
4.6 The Contractor Shall Notify The Pco, Aco, And Qar Fourteen (14) Days Prior To Conducting The First Article Test So That The Government May Witness Such Testing.
4.6.1 The Qar Shall Be Present To Witness All First Article Testing.
4.6.2 The Following Additional Personnel Shall Witness The First Article Testing: ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834
e-mail: Roy.a.janney.civ@us.navy.mil;
4.7 Disposition Of Fat Samples
4.7.1 ; ; Sample(s) May Be Destroyed During Testing.
4.7.2 ;applies; Unless Otherwise Provided For In The Contract, Sample(s) Shall Remain At The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The
sample(s) Have Inspection Approval Of The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment.
4.8 Test Sample Coating Instructions
4.8.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative If Required.
4.9 Notice To Government Of Testing At The Contractors Facility.
4.9.1 Far 52.209-3 Applies
(a) The Contractor Shall Present ;one; ; Unit(s) Of The Following Cage( ;80020; ; ), Part Number ;11-61369-5; ; , Revision ;v; ; As Specified In This Contract. At Least Fourteen (14) Calendar Days Before The Beginning Of The First Article Testing, The
contractor Shall Notify The Contracting Officer, In Writing, Of The Time And Location Of The Testing So That The Government May Witness The Tests.
(b) The Contractor Shall Submit The First Article Test Report Within 15 Calendar Days From The Date Of Testing To: ;pco; ;
the Contractor Shall Mark The Report "first Article Test Report" And Cite The Contract Number And Lot/item Number. Review Documentation As Provided Under The Dd1423 Requirements.
(c) Within 45 Calendar Days After The Government Inspects The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional
approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The
contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval.
(d) If The First Article Is Disapproved, The Contractor, Upon Government Request Shall Repeat Any Or All First Article Tests. After Each Request For Additional Tests, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First
article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Then Conduct The Tests And Deliver Another
report To The Government Under The Terms And Conditions And Within The Time Specified In Paragraph B Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any
additional Costs To The Government Related To These Tests.
(e) If The Contractor Fails To Present Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract.
(f) Unless Otherwise Provided In The Contract, And If The Approved First Article Is Not Consumed Or Destroyed In Testing, The Contractor May Deliver The Approved First Article As Part Of The Contract Quantity If It Meets All Contract Requirements For
acceptance.
(g) If The Government Does Not Act Within The Time Specified In Paragraph (c) Above The Contracting Officer, Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates
and/or The Contract Price, And Any Other Contractual Term Affected By The Delay.
(h) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Or, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be
allocated To This Contract For 1) Progress Payments, Or 2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government. The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts, And Repair
of The First Article During Any First Article Test.
(i) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To The Effect With Each First Article.
(j) The Test Report (2 Copies) Shall Be In Accordance With Mil-std-831, Unless Otherwise Specified On The Dd1423, And Shall Be Submitted Via The Cognizant Dcmc To Navsup, Attn: (cite Name And Code In Block 10.a Of The Sf33). The Dcmc Shall Provide Comments On
form Dd1222 (2 Copies) Which Shall Be Forwarded With The Test Report. Approval Of The Test Report Is The Pco's Responsibility. Upon Notification Of Approval, Condition Approval, The Aco Shall Execute The Dd250 To Indicate Government Acceptance Of The Test
report.
4.10 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate)
(a) Unless Otherwise Specified In The Solicitation, Navsup Wss Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The
original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That:
(i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And
(ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run.
additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That:
(i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer,
and
(ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause.
(note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States
code, Section 1001.)
(b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And
one That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First
article Approval Requirements
(c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The
government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule
he Offers To The Government.
Offeror's Proposed Alternate Delivery Schedule
(based On Waiver Of First Article Approval Requirements)
within Days:
item No. _____________ Quantity:_______ After Date Of Contract:_________
4.11 . Mandatory Inspection Requirements:
100% Procurement Contracting Officer (pco) Mandatory Inspection Is Required And Shall Be Accomplished At Source Under The Surveillance And Final Approval Of The Cognizant Dcmao Quality Assurance Representative (qar).
during Production, Mandatory Inspection Is Required To Be Accomplished By The Contractor As Follows:
A. Level Of Inspection (loi).
1. Critical Characteristics: 100% Inspection Shall Apply.
2. Major And Minor Characteristics: Loi Shall Be In Accordance With A Sampling Plan Acceptable To The Qar.
B. Critical Characteristics:
;roy Janney Nawcadlke Qa / Tel: (732)-323-2834
e-mail: Roy.a.janney.civ@us.navy.mil;
C. Major And Minor Characteristics
1. Shall Be Defined By The Contractor Subject To Qar Concurrence, Unless Defined On Applicable Drawings And Associated Specifications.
4.12 Special Inspection Requirements
( ;applies; ) Magnetic Particle Inspection
( ;applies; ) Surface Inspection
( ; ; ) Penetrant Inspection
( ; ; ) Radiographic Inspection
( ; ; ) Ultrsonic Inspection
( ; ; ) High Shock Test
( ; ; ) Mechanical Vibration Test
4.13 Final Inspection Requirement:due To The Critical Nature Of This Item, Representatives Of The Buying
office/and The Cognizant Field Activity, Nawc Lakehurst, Shall Be Notified By The Successful Contractor At Least 14 Days Prior To Presentation To The Dcm Qar Of The Items For Final Inspection So That They May Have The Option Of
witnessing The Final Inspection. The Contractor Shall Notify By Email Or
telefax Pco And Nawc Lakehurst Qa ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834
e-mail: Roy.a.janney.civ@us.navy.mil; To Arrange For The Final Inspection.the Authority Of The Qar Shall Not Be Abrogated. If The Notification Is Not Given To Both Sites Then The Qar Shall Not Accept The Units.
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
this Is An Alre Critical Safety Item. For Drawing Updates, See Attached Nawc Lke Drawing Update Sheet.
navsup Reference Only: (24-10049):procurement Tdr
the Components Being Acquired Under This Solicitation Have Been Classified As "critical" Requiring Engineering Source Approval By Naval Air Systems Command Only Those Companies Who Have Submitted & Been Approved Will Be Eligible For Award Under This Solicitation.
Any Company May Submit A Source Approval Request As Outlined In This Solicitation.
\
date Of First Submission=asreq
16. Remarks Inspection/certification Data Needed To Substantiate The Quality Ofthe First Article Test Unit Shall Be Included In First Article Unit Packaging. The Outside Of The Package That Contains The Data Shall Be Clearly Marked "inspection/certification Data
included".
(block 12) Date Of First Submission: Concurrently With Delivery Of Fat Items.
data Requirements:
a. Copies Of All Approved Requests For Variations.
b. Surface Finish (of Bare Metal) Per Note 2 Of Drawing 11-61369.
c. Dimensional Inspection Per Notes 4 And 15 Of Drawing 11-61369 And Per Field Of Drawing 11-61369.
d. Material Properties And Testing Per Note 5 Of Drawing 11-61369.
e. Heat Treatment Per Note 6 Of Drawing 11-61369.
f. Hardness Testing Per Note 16 Of Drawing 11-61369.
g. Identification Per Note 17 Of Drawing 11-61369.
date Of First Submission=asreq
16. Remarks:
(block 12) Date Of First Submission: Concurrently With Final Inspection.
data Requirements:
a. Copies Of All Approved Requests For Variations.
b. Surface Finish (of Bare Metal) Per Note 2 Of Drawing 11-61369.
c. Dimensional Inspection Per Notes 4 And 15 Of Drawing 11-61369 And Per Field Of Drawing 11-61369.
d. Material Properties And Testing Per Note 5 Of Drawing 11-61369.
e. Heat Treatment Per Note 6 Of Drawing 11-61369.
f. Coating Per Note 7 Of Drawing 11-61369.
g. Hardness Testing Per Note 16 Of Drawing 11-61369.
h. Identification Per Note 17 Of Drawing 11-61369.
Closing Date10 Feb 2025
Tender AmountRefer Documents
Oriental Mindoro Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Invitation To Bid For Construction Of Multi- Purpose Building At Pag-asa, Bansud, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 20% Development Fund 2024 Intends To Apply The Sum Of Three Million Four Hundred Ninety Four Thousand Four Hundred Fifty Seven Pesos And 54/100 (php 3,494,457.54) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “construction Of Multi- Purpose Building At Pag-asa, Bansud, Oriental Mindoro (ib No. Cw-2025-022)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 85 Calendar Days. Bidders Should Have A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Item No. Description Qty/unit B.5 800(1) 801(1) 803(1)a 804(4) 900(1)c2 900(1)c3 900(1)c4 902(1)a 903(2) 1032(1)a 1032(1)с 1013(2)a1 & B1 1014(1)b2 1047(2)a 1047(2)b 1047(10) Project Billboard/ Sign Board Clearing And Grubbing Removal Of Structure And Obstruction Structure Excavation (common Soil) Gravel Fill Structural Concrete (footing And Slab On Fill), Class A, 28 Days Structural Concrete (footing Tie Beam), Class A, 28 Days Structural Concrete (column), Class A, 28 Days Reinforcing Steel (deformed), Grade 40 Formworks And Falseworks Painting Works, Concrete/masonry Painting Works, Steel Fabricated Metal Roofing Accessory Prepainted Metal Sheets, Long Span, Above 0.427mm, Rib Type Structural Steel, Trusses Structural Steel Purlins Metal Structure Accessories 1.00 Ea 510.00 M2 1.00 I.s. 71.45 M3 7.30 M3 61.80 M3 9.87 M3 18.69 M3 5,849.63 Kg 373.56 M2 137.20 M2 886.75 M2 143.00 M 714.12 M2 10,151.55 Kg 2,544.30 Kg 1.00 I.s 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025 To February 03, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Pgom Will Hold A Pre-bid Conference On January 20, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 03, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 03, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 10. The Pgom Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camimil, Calapan City, Oriental Mindoro (january 20, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date3 Feb 2025
Tender AmountPHP 3.4 Million (USD 59.7 K)
Municipality Of Palauig, Zambales Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Province Of Zambales Municipality Of Palauig -0- Office Of The Bids And Award Committee Invitation To Apply For Eligibility And To Bid Ib No. Palg 04-2025 (infrastructure) The Local Government Of Palauig Thru Its Bids And Awards Committee (bac) Invites Suppliers, Manufacturers, Distributors Duly Registered To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Name Of Project: Construction Of Bleacher With Roofing Location : Barangay West Poblacion, Palauig, Zambales Approved Budget For The Contract . . . . . . . . . . . Php14,999,953.00 Source Of Fund : General Fund Delivery Period: 180 Calendar Days Item Description Unit Qty. Unit Cost Total Cost I. General Requirements Php B.9 Mobilization/demobilization Lot 1.00 Spl-3 Occupational Safety And Health Lot 1.00 B.5 Project Billboard/signboard Ea 2.00 Ii. Earthworks 803(1)a Structure Excavation M³ 567.84 804(1)a Embankment From Structure Excavation M³ 489.61 804(1)b Embankment From Borrow M³ 4,621.94 804(4) Gravel Fill M³ 75.70 Iii. Concrete Works 900(1)c2 Structural Concrete M³ 465.26 902(1)a Reinforcing Steel Kg. 17,445.23 903(2) Forms And Falseworks M² 1,802.52 Iv. Finishing Works 1027 Plain Cement Plaster Finish M² 708.00 1021 (c ) Plain Cement Floor Finish M² 378.56 1038 Reflective Insulation M² 508.34 1053 (2)a1 50mmø G.i. Pipe Railings M 97.20 V. Painting Works 1032(1)a Masonry Painting M² 708.00 1032(1)c Painting Works(steel) M² 920.57 Vi. Roof Framing And Roofing Works 1014(b) Prepainted Metal Sheets M² 508.34 1013(2)a1 Fabricated Metal Roofing Accessory (ridge/hip Roll) M 18.10 1047(1)a Structural Steel, Framing Kg 12,357.07 1047(1)b Structural Steel, Purlins Kg 3,007.80 Vii. Electrical Works 1103(1) Lighting Fixtures Lot 1.00 1101(18) Wires And Wiring Devices Lot 1.00 1100(19) Conduit, Boxes And Fittings Lot 1.00 1102(21) Power Load Center, Switchgear, And Panel Boards Lot 1.00 Total Project Cost Php Prospective Bidder Should Have Experience In Undertaking A Similar Project Within The Last Three (3) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Complete Schedule Of Activities Is Listed, As Follows: 1. Issuance Of Bid Documents - February 04, 2025 2. Pre-bid Conference - February 11, 2025 (2:00 P.m.) 3. Deadline Of Submission Of Bid Proposal - February 24, 2025 (11:30 A.m.) 4. Opening Of Bids - February 24, 2025 (2:00p.m.) 5. Bid Evaluation - February 25, 2025 6. Post-qualification - February 26, 2025 7. Notice Of Award - February 27, 2025 All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations Part A (irr-a). Bidding Documents May Be Obtained At The Bac Secretariat, Palauig, Zambales Upon Payment Of Non-refundable Fee Of Php 25,000.00 To The Municipal Treasurer’s Office. Duly Accomplished Eligibility Forms Shall Be Submitted In Sealed Envelope Address To The Bac Chairperson. The Lgu Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Bid. Moreover, The Lgu Reserves The Right To Reject Any Or All Bid Proposals At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s, Waive Any Formality In The Bid Requirements, Declare The Bidding A Failure, Or Award The Contract To The Bidder Whose Offer Is The Most Responsive, Lowest Calculated Bid And Most Advantageous To The Local Government Unit Of Palauig, Zambales. For Further Inquiry, You May Refer To: Daisy D. Bautista Head, Palauig Bac Secretariat 2nd Floor, Municipal Building Palauig, Zambales Cp No. 09094876435 By: Bids And Awards Committee – Infra (sgd.) Adrian Ariel C. Altares Oic-municipal Engineer Bac Chairperson
Closing Date17 Feb 2025
Tender AmountPHP 14.9 Million (USD 259.3 K)
Oriental Mindoro Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For Completion Of Evacuation Center At Sto. Domingo (lapog), Socorro, Oriental Mindoro And Completion Of Evacuation Center At Ranzo, Pinamalayan, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 5% Ldrrmf Ca 2024 Intends To Apply The Sum Of Five Hundred Ninety Three Thousand One Hundred Forty Six Pesos And 59/100 (php 593,146.59) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “completion Of Evacuation Center At Sto. Domingo (lapog), Socorro, Oriental Mindoro And Completion Of Evacuation Center At Ranzo, Pinamalayan, Oriental Mindoro (ib No. Cw-2025-034)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 24 Calendar Days. Bidders Should Have A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Completion Of Evacuation Center At Sto. Domingo (lapog), Socorro, Oriental Mindoro Approved Budget For The Contract: Php 498,524.60 Item No. Description Qty/unit B.5 Spl-1 903(2) 900 902(1)a1 1046(2)a1 1018(2) 1014(1)b2, 1013(2)a2 & 1013(2)b1 1003(1)a1 1010(2)a & 1010(2)b Project Billboard/ Sign Board Demolition Formworks & Falseworks Structural Concrete, Class A, 28 Days Reinforcing Steel, Grade 40 100mm Chb Non-load Bearing (including Reinforcing Steel) Unglazed Tiles Pre-painted Metal Sheets (above 0.472mm Rib Type Long Span) & Fabricated Metal Roofing Accessory Fiber Cement Board Ceiling On Metal Frame Flush Door & Wooden Panel Doors 1.00 Ea 1.00 L.s 2.88 M2 6.20 M3 93.00 Kg 6.21 M2 47.10 M2 1.00 L.s 109.40 M2 1.00 Sq.m Completion Of Evacuation Center At Ranzo, Pinamalayan, Oriental Mindoro Approved Budget For The Contract: Php 94,621.99 Item No. Description Qty/unit B.5 900(1)c1 1018(2) Project Billboard/ Sign Board Structural Concrete, Class A, 28 Days Unglazed Tiles 1.00 Ea 2.41 M3 20.88 M2 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 To January 24, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 24, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 24, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 9. The Pgom Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camimil, Calapan City, Oriental Mindoro (january 17, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date24 Jan 2025
Tender AmountPHP 593.1 K (USD 10.1 K)
Bureau Of Plant Industry Tender
Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Rfq No. 0080 Pr No. 0090-25bac Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Supply And Delivery Of Agricultural And Marine Supplies Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, 692 San Andres Street, Malate, Manila Or Through Courier Or Email (pms.rfq@buplant.da.gov.ph). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lot. 10. Deadline For Submission Of Bids: February 07, 2025 (8:00am). 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: Thirty (30) Calendar Days From The Receipt Of The Purchase Order (p.o.). 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry 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. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 189,100.00 End User: Cpmd Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 2 Piece Aluminum Cage For Trichogramma Host (as Per Sample) 30,000.00 15 Piece Aluminum Cribs For Trichogramma Host (as Per Sample) 2,500.00 6 Piece Morisson Cage Glass (fiber Glass; Type (as Per Sample) 12,000.00 4 Piece Fabricated Durable Steel/ Aluminum Rack (thick 8 Layers) With Heavy Duty Wheels (lock) 4,900.00 "place Of Delivery: Bpi-manila Proposed Delivery Period: 30 Days" Grand Total 189,100.00 Philgeps Posted Joan-may R. Tolentino Bac Chairperson Canvasser The Bpi-bids And Awards Committee (bac) 692 San Andres, Malate Manila In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ _________________________________ __________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ _________________________________ __________________ ________________________________________ Contact Number(s) Office Adress Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished Payment Shall Be Made Through Land Bank's Lddap-ada/bank Transfer; Bank Transfer Fee Shall Be Charged Against The Creditor's Account. Payment Details: Banking Institution: ________________________________________________ Account Number:___________________________________________________ Account Name:______________________________________________________ Branch:_______________________________________________________________
Closing Date7 Feb 2025
Tender AmountPHP 189.1 K (USD 3.2 K)
Municipality Of La Trinidad, Benguet Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For The Improvement Of Daycare Centers 1. The Municipal Government Of La Trinidad, Through The General Fund 2024 Intends To Apply The Sum Of Four Hundred Ninety-nine Thousand Nine Hundred Ninety-nine And 83/100 Pesos (php499,999.83) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Daycare Centers (pow-8751-2025-wnl-01). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of La Trinidad, Benguet Now Invites Bids For The Project: Project Reference No.: Pow-8751-2025-wnl-01 Name Of Project: Improvement Of Daycare Centers Project Location: Bts Wangal, La Trinidad, Benguet Contract Duration: 36 Calendar Days Source Of Fund: General Fund 2024 Brief Description: Item Scope Of Work To Be Done B.5 Project Billboard / Signboard B.7 (2) Occupational Safety And Health Program B.9 Mobilization / Demobilization 201 Aggregate Base Course 900(1)c2 Structural Concrete For Footing And Slab On Fill (class A, 28 Days) Spl.1 Steelworks 902(1) Reinforcing Steel Of Reinforces Concrete Structures For One-storey, Grade 40/grade 60 1003(1)a 4.5mm Fiber Cement Board/4.5mm Marine Plywood/6mm Ordinary Plywood In Wood Framing Ceiling 1013(2)c Fabricated Metal Roofing Accessory 1014 Prepainted Metal Sheets (corrugated, Short Span/long Span, Below 0.427 Thk/above 0.427thk) 1027 Cement Plaster Finish 1032(1)a Painting Works (masonry Painting) 1032(1)c Painting Works (metal Painting) 1046 100mm Chb Non Load Bearing (including Reinforcing Steel) Equipment Requirement: 1 Unit One-bagger Concrete Mixer 1 Unit Welding Machine 1 Unit Cutting Outfit 1 Unit Electric Grinder 1 Unit Bar Bender Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Municipal Government Of La Trinidad, Benguet And Inspect The Bidding Documents At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet From 8:00am To 5:00pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28 – February 12, 2025 At Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (php500.00). It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) Website, Provided That Bidders Pay The Applicable Fee For The Bidding Documents No Later Than The Submission Of Their Bids. 6. The Municipal Government Of La Trinidad, Benguet Will Hold A Pre-bid Conference On (n/a) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet On Or Before February 12, 2025 At 9:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 12, 2025 At 10:00am At The 2nd Floor Municipal Disaster Risk Reduction Office, Km. 5 Pico, La Trinidad, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of La Trinidad, Benguet Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Corazon A. Uyaan Head Bac Secretariat Bids And Awards Committee Office Municipal General Services Office-extension 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet Contact Nos.: 0969 – 334 – 9233 Or (074) 619-2103 E-mail Address: Bac01latrinidad@yahoo.com Approved: (sgd) Engr. Julius U. Mandac Bac Vice-chairperson Noted: (sgd) Romeo K. Salda Head Of The Procuring Entity
Closing Date12 Feb 2025
Tender AmountPHP 499.9 K (USD 8.6 K)
Province Of Misamis Oriental Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The 20% Df Intends To Apply The Sum Of Five Million Five Hundred Forty Thousand One Hundred One And 08/100 (php 5,540,101.08) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Covered Court Barangay Bobontugan, Jasaan, Misamis Oriental, Under Purchase No. 0018-25 Dated November 12, 2024. Description Of Works Part I Other General Requirements B.3 Permits And Clearances B.5 Project Billboards/signboard B.7(2) Occupational Safety And Health Program B.9 Mobilization/demobilization Part Ii Earthworks 803(1)a Structure Excavation (common Soil) 804(1)a Embankment (from Structure Excavation) 804(4) Gravel Bedding Part Iii Concrete Works 900(1)c1 Structural Concrete, Class A (28 Days) 902(1)a Reinforcing Steel (deformed, Grade 40) 903(2) Formworks And Flaseworks Part Iv Finishing Works 1032(1)a Painting Works (masonry Painting) 1032(1)c Painting Works (metal Painting) Part V Structural Works 1047(2)b Structural Steel Roof Truss 1047(2)c Structural Steel Purlins 1047(3)a Metal Structures (anchor Bolts) 1047(3)c Metal Structures Accessories (turnbuckle) 1047(4) Metal Structures Accessories (crossbracing) 1047(6) Metal Structures Accessories (steel Plates) 1047(7)b Metal Structures Accessories (sagrods) Part Vi Roofing Works 1013(2) Fabricated Metal Roofing (flashing) 1014 Prepainted Metal Sheets (rib-type, Long Span) Part Vii Electrical Works 1100 Conduit, Boxes And Fittings 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear & Panel Boards 1103 Lighting Fixtures Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 170 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 16, 2025 To February 05, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php10,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 23, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 06, 2025;10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 06, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Closing Date6 Feb 2025
Tender AmountPHP 5.5 Million (USD 94.7 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Details: Sources Sought Notice
page 3 Of 4
sources Sought Notice
page 1 Of 4
description
sources Sought Notice
page 4 Of 4
sources Sought Notice
page 1 Of 4
page 1 Of
request For Information (rfi) 36c25525q0194 Title Of Project: 589a5-25-192 Replace B1 Steam Traps, Topeka Vamc.
this Is A Sources Sought Announcement Only. It Is For Information And Planning Purposes Only And Shall Not Be Construed As A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate Theâ department Of Veterans Affairs (va) To Award A Contract. Responses Will Not Be Considered As Proposals, Nor Will Any Award Be Made To Any Parties Responding To The Sources Sought Announcement.
this Notice Is Posted Iaw Far 6.1 Full And Open Competition. All Responsible Sources Are Permitted To Submit Competitive Proposals On The Procurement. Solicitation:36c25525q0194 Contract Type: Firm Fixed Price, Naics: 238220, Plumbing, Heating, And Air-conditioning Contractors, Business Size Is $19.0m, Title-description Of Requirement: Project Number, 589a5-25-192 Replace B1 Steam Traps, Topeka Vamc.
the Estimated Cost Magnitude Is Between $25,000.00 To $100,000.
general Scope Of Work: This Project Will Provide All Labor, Material, And Equipment To Fabricate And Replace 25 Each ¾ And 4 Each ½ Steam Trap Assemblies On Various Piping Sizes In The Crawl Space Under Building 1replace . Period Of Performance Is 60-days After Ntp.
deliverable: The Construction Contractor Will Do All Work In Accordance With The Contract Drawings And Specifications Related To Project Number 589a5-25-192 Replace B1 Steam Traps, Topeka Vamc
all Project Work Shall Be Installed In Accordance With All Applicable Standards Available At Time Of Installation To Include Published Commercial Specifications As Well As Standards And Preferences Expressed In This Document. All Installation Details Shall Be Fully Coordinated With Va Co And On-site Contracting Officer S Representative (cor). Period Of Performance For All Work Is 60-days After Ntp. The Facility Location: Visn 15/ Topeka Vamc, Gage Blvd, Topeka Kansas, 66622.
end Of Scope Of Work
the Government Is Not Obligated, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Va To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued.â
if Interested In This Opportunity, Please Provide Capability Statement Via Email. The Capability Statement Is Designed To Inform The Department Of Veteran Affairs, Of Any Prospective Construction Contractors' Project Execution Capabilities. The Submission Is Limited To 10 Pages Which Shall Include The Following Information:
1) Offeror's Name, Address, Point Of Contact, Phone Number, E-mail Address, And Duns Number.
2) Offeror's Interest In Bidding On The Solicitation When It Is Issued.
3) Offeror's Capability To Perform A Contract Of This Magnitude And Complexity And Comparable Work Performed Within The Past 5 Years - Brief Description Of The Project, Customer Name, Timeliness Of Performance, Customer Satisfaction, And Dollar Value Of The Project) - Provide At Least 1 No More Than 3 Examples.
4) Offeror's Cve Certification If A Veteran Owned Business.
5) Please Provide Socio-economic Status For Naics Code 236220, General Construction And Provide Percentage Of Self-performed Labor Your Company Can Perform For This Type Of Project.
6) Offeror's Joint Venture Information If Applicable - Existing And Potential.
7) Offeror's Bonding Capability In The Form Of A Letter From Surety Providing Bonding Level Per Contract And Aggregate.
8) Letter From Insurance Company Identifying Contractors Insurance Experience Modification Rate (emr).
notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam Located On The Web At Www.sam.gov). It Is Desirable That Any Offeror Have Completed Their Business Online Representations And Certifications Application (orca). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Small Business Administration Located At Veteran Small Business Certification (sba.gov).â
submittal Information:
responses Shall Indicate The Rfi # 36c25525q0194, 589a5-25-192 Replace B1 Steam Traps, Topeka Vamc. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned.
all Interested Offerors Should Submit Information By E-mail To: Timothy.fitzgerald@va.gov. All Information Submissions Should Be Received No Later Than 2:00 Pm Cdt On 19 February 2025. Solicitation Will Be Posted On Or About 20 February 2025.
end Of Rfi
Closing Date19 Feb 2025
Tender AmountRefer Documents
Oriental Mindoro Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For Rehabilitation Of Public Market At Bansud, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The General Fund 2024 Intends To Apply The Sum Of Nineteen Million Nine Hundred Ninety One Thousand Eight Hundred Thirty Two Pesos And 96/100 (php 19,991,832.96) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “rehabilitation Of Public Market At Bansud, Oriental Mindoro (ib No. Cw-2024-272)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 115 Calendar Days. Bidders Should Have A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Item No. Description Qty/unit A.1.1(8) B.5 B.7 (1) 800(2) 803(1)a 900(7) 903(2) 1032(1)a 1032 (1) С 1013(2)b1 1014(1)b2 1047(1) 1018(2) Spl-i Spl-ii Spl-iii Provision Of Living Quarters For The Engineer (rental Basis) Project Billboard/ Sign Board Occupational Safety And Health Program Removal Of Structures And Obstructions Structure Excavation (common Soil) Reinforced Concrete Formworks And Falseworks Painting Works (masonry/ Concrete) Painting Works, Steel Metal Roofing Accessories Pre-painted Metal Sheets Structural Steel Unglazed Tiles Escalator Including Installation & Delivery Fee Fabricated Stainless Signages Board Ups 3.83 Mos. 1.00 Ea 3.83 Mo. 1.00 I.s. 5.12 M3 1.28 M³ 20.32 M² 2,110.60 M² 7,679.25 M2 778.24 I.m 2,303.00 Sq.m 58,477.53 I.s 1,072.64 M² 2.00 Unit 1.00 L.s 1.00 L.s 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. The Pgom Will Hold A Pre-procurement Conference On December 13, 2024 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 23, 2024 To January 06, 2024 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (php 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Pgom Will Hold A Pre-bid Conference On December 23, 2024 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 06, 2024 At 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 06, 2024 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 10. The Pgom Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camimil, Calapan City, Oriental Mindoro (december 23, 2024) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date6 Jan 2025
Tender AmountPHP 19.9 Million (USD 344.4 K)
City Of Oroquieta Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description 1. 600 Bd.ft 120 Pcs. 2 X 3 X 10 Coco Lumber 2. 6 Kgs. #4” Common Wire Nails 3. 24 In.m 1.5mm X 2”x 6’ G.i C-purlins 4. 92.30 In.m 1.5mm X 2”x 3’ G.i C-purlins 5. 11 Lgths. 4.5mm X 1” X 1” Angle Bar 6. 6 Lgths 4.5mm X 1” Flat Bar 7. 2 Pcs. 4” Ǿ Cutting Disc. 8. 5 Kgs. Welding Rod 9. 2 Lghts. 10mm. Ǿ Deformed Bar 10. 3 Gals. Paralux Epoxy Primer 11. 2 Pcs. Baby Roller 12. 2 Pcs. #2 Paint Brush 13. 57.05 In.m. 0.5mm Thk. Rib Type Long Span Roofing 14. 14 Shts. 3/8” X 10” Hardi Sanipa 15. 400 Pcs. 2” Tex Screw 16. 5 Boxes 1/8” X 1” Blind Rivets 17. 7 Pcs. 1/8” Drill Bit 18. 2 Ltrs. Vulca Seal 19. 4 Sets Fabricated Plastic Air Ventilation 20. 21 Shts. 4.5mm Thk Hardiflex 21. 70 Lgths Double Furring 22. 0.25 Kg. #1” Concrete Nails 23. 530 Pcs. 4” X 8” X 16” Concrete Hollow Block 24. 95 Bags. Portland Cement 25. 11.0 Cu.m Fine Aggregates 26. 1.0 Cu.m Coarse Aggregates 27. 53 Lgths. 10mm Deformed Bar 28. 5 Kgs. #16 G.i Tie Wire 29. 2 Pcs. Hacksaw Blade 30. 2 Shts. ¼” Thk Ordinary Plywood 31. 53.33 Bd.ft 20pcs. 2 X 2 X 8 Coco Lumber 32. 0.5 Kg. 1 ½” Common Wire Nails 33. 2 Kgs. # 3” Common Wire Nails 34. 3 Sets 0.80m X 2.10m Solid Panel Door W/ 2” X 6” Door Jamb 35. 1 Set 0.60m X 2.10m Pvc Door Panel 36. 4 Sets Door Knob 37. 3 Sets Dead Lock 38. 6 Pairs 3 ½” X 3 ½” Stainless Loose Pin Butt Hinges 39. 155 Pcs. 60cm X 60cm Glazed Ceramic Tiles 40. 2 Pack Tile Grout 41. 1pc. 4” Ǿ Diamond Cutting Disc. 42. 1 Set Automatic Water Closet And Lavatory W/ Complete Accessories 43. 2 Lgths. 4” Ǿ Pvc Pipe 44. 3 Lgths. 2” Ǿ Pvc Pipe 45. 1 Pcs. 4” Ǿ X 4” Ǿ Pvc Wye 46. 1 Pc. 4” Ǿ X 2” Ǿ Pvc Reducing Tee 47. 3 Pcs. 4” Ǿ X 90ᵒ Pvc Elbow 48. 1pc. 4” Ǿ X 45ᵒ Pvc Elbow 49. 4 Pcs. 2” Ǿ X 90ᵒ Pvc Elbow 50. 6 Lgths. ½” Ǿ Pvc Blue Pipe 51. 8 Pcs. ½” Ǿ Pvc Blue Elbow 52. 4 Pcs. ½” Ǿ Pvc Blue Coupling 53. 2 Cans Solvent Cement 54. 1 Set 4” X 4” Stainless Floor Drain 55. 8 Pcs. 15 Watts Led Pinlight Bulb 56. 8 Pcs. Receptacle 57. 2 Pcs. Single Gang Switch 58. 2 Pcs. Two Gang Switch 59. 1 Pc. Acu Outlet 60. 4 Pcs. Three Gang Convenience Outlet 61. 5 Pcs. Utility Box 62. 5 Pcs. Junction Box 63. 80 Mtrs. 2.0mm Thhn Stranded Wire 64. 80 Mtrs. 3.5mm Thhn Stranded Wire 65. 12 Mtrs. 5.5mm Thhn Stranded Wire 66. 1 Roll ½”ǿ Flexible Hose 67. 10 Mtrs. 8.0mm Thhn Stranded Wire 68. 2 Pcs. Electrical Tape (3m) 69. 50 Mtrs. #6 Service Drop Wire 70. 1 Set 4- Branches Panel Board 71. 1 Lgth ¾”ǿ Pvc Orange Pipe 72. 2 Pcs. ¾”ǿ Pvc Elbow 73. 1 Pc. ¾”ǿ Entrance Cap 74. 1 Set Electric Meter 75. 1 Unit 15 Amp. 76. 1 Unit 20 Amp. 77. 1 Unit 30 Amp. 78. 1 Unit 40 Amp. 79. 4 Gals. Acrytex Primer Paint 80. 5 Gals. Flat Latex Paint 81. 1gal. Epoxy Seal(all Purpose) 82. 2 Pcs. Baby Roller(foam) 83. 2 Pcs. Paint Tray 84. 6pcs. #80 Sand Paper 85. 1 Unit 3’ X 4’ Tarpaulin Printing
Closing Date7 Jan 2025
Tender AmountPHP 319.9 K (USD 5.5 K)
4121-4130 of 4255 archived Tenders