Fabrication Tenders
Fabrication Tenders
Department Of Agriculture Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Procurement Of 2 Units Recirculating Dryer (6 Tonner) Under Corn Program Fy 2025 1. The Department Of Agriculture Regional Field Office Iva Through The Corn Program Intends To Apply The Sum Of Seven Million Two Hundred Thousand Pesos (ᵽ 7,200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 2 Units Recirculating Dryer (6 Tonner) Under Corn Program Fy 2025 With Project Identification No.: Itb-2025-12-061. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. 2 Units Recirculating Dryer (6 Tonner) I. Design And Performance Type: Batch Type, Recirculating, Stationary Capacity: 4 To 6 Mt Drying Rate: 2% Per Hour, Minimum (batch Type) Drying Efficiency: Minimum, 75% Moisture Gradient: Maximum, 2% Drying Loss/spillage: 1% Maximum Product Quality: A. Cracked Grain, % Increase: 10%, Maximum B. Broken/split Kernels, % Increase: 7%, Maximum C. Hulled/damaged Grain, % Increase, 2% Maximum With Programmable In-line Monitoring System For Moisture Content, Temperature And Can Control Heating System And Shutdown The Drying Operation When The Grain Is Already Dried. Material Of Construction: Parts Of The Dryer With Direct Contact With The Grains Shall Be Made By Non-corrosive And Food Grade Material Eg. Stainless Steel 304. Power Requirement: Single-phase Electrical Connection, Maximum 5 Kw Rated Power Of All Electric Motors Ii. Heating System Requirement 1. Heating System 1 (petroleum Based Fuel) Petroleum Based Fuel: Direct-fired Heating System Efficiency: 90%, Minimum With The Following Components And Accessories: - Flame Sensor - Electronic Ignition System - Automatic Fuel Shut-off - Adjustable Fuel Vaporizer - Automatic Temperature Control - Elevated Non-corrosive And Heat Resistant Fuel Container At Least 200 Liters Capacity - Compatible Single-phase Electric Motor For The Heating System 2. Heating System 2 (biomass Fuel) Biomass Fuel: Indirect-fired Heating System Efficiency: 50%, Minimum With The Following Components And Accessories: - Heat Exchanger: Stainless (ss 201/ss 304, 1.2mm, Minimum) / Fire Tubes (5mm Seamless, Minimum) - Burning Chamber: Made Of Refractory Bricks - Automatic Fuel Feeder: Auger Type - Temperature Control - Compatible Electric Motor For The Heating System Iii. Other Dryer Components And Accessories 1. Pre-cleaner Input Capacity: 4-6 Ton/hr, Minimum Sieve Mechanism: All Parts That Come In Contact With Grain Must Be Made By Non-corrosive And Food Grade Material Eg. Stainless Steel 304. Capable Of Removing Large Impurities And Unthreshed Paddy With Compatible Electric Motor" 2. Provision Of Ducting To Divert Heat Source From Heating System 1 Or Heating System 2, Made Of Stainless Steel Or Primer Painted And Powder Coated B.i. Or G.i. Sheet. Insulator Material For The Ducting Shall Be Made Of Ceramic Blanket. 3. Dust Collection System Consists Of Cyclone Separator / Collector And Suction Blower. All Ducting Shall Be Fabricated From Sheet Metal And The Connectors Must Be Airtight. 4. Generator Set Rated Power/kva: Minimum 15 Kva Voltage Requirement Compatible To The System Power Supply / Generating System Should Be Brand New And Not Refurbished. At Least Three (3) Years From The Date Of Manufacture To The Date Of Opening Of Bids And With Engrave Serial Number. Provided With Mechanical Transfer Switch (mts) The Electrical Wire, Wire Accessories And Piping To Connect The Power Generating Unit To The Mts And The Dryer Control Panel / System Shall Be Provided By The Bidder With Thermal Insulation And Noise Suppressor. Noise Level: 92db Maximum, If Exceeded, Earmuffs Shall Be Provided For Each Unit. With Protection Or Covering Against Rat Entry (as Per Manufacturer’s Specification) 5. Portable Handheld Moisture Meter Grain: Applicable To Corn Kernel, Paddy/rough Rice And Milled Rice Type: Capacitance Moisture Range: 12-15% Or Wider Accuracy: ±0.5% Or Better Lcd/led Display Battery Operated With Product Brochure Written In English 6. Standard Heavy-duty Tools, Made Of Tempered Steel And Chrome Vanadium Shall Include But Not Limited To The Following: - One Set Socket Wrench (no. 8, 10, 11, 12, 13, 14, 15, 16, 17, 18, 19, 20, 22, 23, 24, 27, 30, 32, Minimum) - One Set Combination Wrench (open And Box, 10pcs - Size Appropriate To The Drying System) - Electrical Plier: 200mm, Minimum - Screw Driver,: Philips And Flat Head, 300mm Minimum - Grease Gun: 250mm Cylinder Length, Minimum - Mechanical Pliers: 200mm, Minimum - Heavy Duty Toolbox And Roll Up Tools Holder (can Accommodate All Tools) 7. Air Compressor For Cleaning, Heavy Duty, At Least 120 Psi, 5m Air Hose 8. One (1) Unit Fire Extinguisher, Dry Chemical, Stored Pressure Type, 6 Kg Minimum 9. Provision Of Disposal Cart For The Ashes 10. With Portable, Heavy-duty Weighing Scale, Minimum 150 Kg Weighing Capacity 11. With Collapsible Cover (trapal), Thickness: S200 12. With Bagging Bin With Minimum Capacity Appropriate To The System 13. Non-stainless Material Of The Dryer Shall Be Painted Finish With Rust-proofing Primer And Final Paint Color. Iv. Other Requirements 1. Certification That The Bidder Will Submit A Duly Signed Electrical Plan Of The Drying System Offered (electrical Layout, Schedule Of Loads, General Notes And Specification, And Legends/symbols) By A Registered Professional Engineer As A Condition For Payment 2. Copy Of Equipment Manufacturer Manual Of Drying Unit, Biomass Furnace, Generator Set And Portable Handheld Moisture Meter Written In English/filipino/vernacular To Be Presented During Post-qualification Evaluation 3. Copy Of The Brochures For The Drying Unit, Generator Set, Weighing Scale, Portable Handheld Moisture Meter And Air Compressor Are To Be Presented During The Post-qualification Evaluation. 4. With Laminated Reflectorized Vinyl Sticker "da-calabarzon" Logo (254 Mm X 254mm) For The Prescribed Part Of The Dryer And Generator Set, Sticker Specifications: 140 Gsm And Thickness Of 175 Microns, Minimum 5. Manufacturer's Nameplate (engraved In A Metal Sheet) With The Serial Number Of The Machine And Serial Number Of The Power Generating Unit 6. With Valid Amtec Test Result That Conforms To The Pns-paes 201:2015-agricultural Machinery-heated-air Mechanical Dryer-specifications. Separate Amtec Test Report For Both Heating Systems Should Be Provided. 7. Conduct Of Acceptance Testing Of All Units After Complete Installation Is Required Prior To Acceptance And 100% Payment Of The Winning Bidder. 8. Certification From The Bidder That They Shall Provide All Fuel, Raw Materials (corn Kernels) And Technician/operator Needed During Acceptance Testing. 9. Certification From The Bidder That The Offered Unit Is Brand New, Latest Model And Not Rebranded 10. Conformity As To The Technical Specifications Of The Procuring Entity Signed And Sealed By An Agricultural And Biosystems Engineer As Prescribed By The Section 27.1 Of The Ra 10915 11. With National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Certificate Of Accreditation 12. With Permit To Operate And Certificate Of Conformity Issued By Da-bafe As Per Memorandum Circular No. 30 Series Of 2020 13. Provision Of After Sales Services: •with One Year Warranty For Major Parts And Service From The Date Of Acceptance Of The Beneficiary •valid Certificate Of Dealership / Distributorship / Authority To Sell And Commitment To Supply Directly Issued By The Dryer Manufacturer Or Distributor To The Bidder •certification From The Supplier That They Will Repair Or Replace The Defective Parts Or Components And Provide After-sales Service Within 72 Hours (3 Days) Upon Receipt Of Complaints (pns/bafs/paes 192:2024) •certification That The Bidder Will Provide Training On The Proper Handling, Operation And Maintenance Of The Dryer And Generator Set For At Least Two (2) Operators Per Beneficiary. 14. Notarized Certificate Of Stock Availability Or Stock Allocation From The National Distributor Or Manufacturer Specifying The Name Of The Project 15. Certification Of Guaranteed Spare Parts Availability For At Least Five (5) Years 16. With Certification Of Very Satisfactory Performance Of The Supplier From At Least Three (3) Clients, With Full Address And Telephone Numbers, Within The Last Two (2) Years. V. Terms Of Payment 85 % Upon Complete Installation And 15% Upon Testing/commissioning And Acceptance Of Recipient Vi. Contract Duration And Delivery Place: Days To Complete Supply, Delivery, Installation And Testing: 60 Calendar Days Delivery Place: Batangas And Quezon Delivery Of The Goods Is Required Within Sixty (60) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) 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 A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. A. 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 No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (ᵽ10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On December 26, 2024 01:10 Pm (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before January 7, 2025 9:00 Am. 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 January 7, 2025 01:10 Pm (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a 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 11. The Department Of Agriculture Regional Field Office Iva 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. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: December 17, 2024 ______________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
Closing Date21 Jan 2025
Tender AmountPHP 7.2 Million (USD 122.9 K)
U S COAST GUARD USA Tender
Machinery and Tools
Corrigendum : Closing Date Modified
United States
Details: General Requirements
1. Scope
1.1 Intent. This Standard Specification Invokes General Requirements For Conducting Vessel Repairs Performed By Commercial Contractors At A Coast Guard Facility For Coast Guard Vessels.
2. References
coast Guard Drawings
none.
coast Guard Publications
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
other References
none.
3. Requirements
3.1 General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And In This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This Wi Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following Work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or Extensions To The Contract.
3.2 Period Of Performance. The Period Of Performance For This Work Is 24mar2025-05may2025
3.3 Location. The Contractor Must Perform The Work While The Uscgc Waesche Is Alongside The Pier At U.s. Coast Guard Base Alameda, Coast Guard Island, Alameda Ca 94501.
58310_mla_1124_418
item 1: Folding Boom Cranes, Biennial Maintenance, Perform
1. Scope
1.1 Intent. This Work Item Describes The Requirements For The Contractor To Inspect, Perform Maintenance, And Test Folding Boom Cranes Listed In Table 1.
table 1 – List Of Folding Boom Cranes
crane
location
manufacturer / Model Number
coast Guard Tech Pub
crane No. 2
main Deck, Port Side, Aft Of Frame 95
appleton Marine Inc. / Fb90-28
7903
crane No. 4
main Deck, Port Side, Aft Of Frame 90
appleton Marine Inc. / Fb90-28
7903
crane No. 3
main Deck, Stbd Side
appleton Marine Inc. / Fb90-28
7903
1.2 Government-furnished Property.
mti
item Description
nsn/pn
qty
estimated Cost ($/unit)
y
*cb-oth Mark Iv
(coast Guard Drawing 26b-cb-iv-801-001)
n/a
1 Ea.
n/a
y
*long Range Interceptor Ii
(lri-ii) Cutter Boat
(coast Guard Drawing 35-lri-ii-801-001)
n/a
1 Ea.
n/a
2. References
coast Guard Drawings
coast Guard Drawing 26b-cb-iv-801-001, Rev -, Booklet Of General Plans
coast Guard Drawing 35-lri-ii-801-001, Rev -, General Arrangement
coast Guard Drawing 418a-wmsl 801-001, Rev A, Booklet Of General Plans
coast Guard Drawing 750-wmsl-320-579, Rev -, Electrical Installations Iwo New Aft Folding Cranes
coast Guard Drawing 750-wmsl-583-508, Rev -, Installations Iwo Aft Folding Cranes
coast Guard Fleet Drawing Fl-1702-11, Rev -, Inspection Of Sheaves
coast Guard Publications
coast Guard Technical Publication (tp) 7903, Swbs 583, Oct 2021, Aft Boat Handling System –model Fb90-28
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
surface Forces Logistics Center Standard Specification 5000 (sflc Std Spec 5000), 2022, Auxiliary Machine Systems
surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures
other References
the Society For Protective Coatings (sspc) Surface Preparation Specification No.11 (sspc-sp 11), 2020, Power Tool Cleaning To Bare Metal
3. Requirements
3.1 General.
3.1.1 Cir. The Contractor Must Submit A Cir For The Inspections Listed In The Following Paragraph(s):
3.3 Inspect And Repair Task Particulars (task #1, #2, #3 And #7)
3.1.2 Tech Rep. The Contractor Must Provide The Services Of A Qualified Technical Representative Who Is Familiar With The Folding Boom Cranes, Appleton Marine Inc. Model Fb90-28, To Accomplish The Following On Site:
advise On Manufacturer's Proprietary Information Pertinent To The System.
ensure Compliance With Manufacturer's Procedures And Standards During Inspections, Repairs, Calibration And Testing.
3.1.2.1 Ensure The Tech Rep Has Experience With The System/equipment Stated Above And Demonstrated On Their Résumé.
3.1.2.2 Submit The Name And Résumé Of The Tech Rep With The Contractors Bid.
3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection).
3.1.3.1 Protection Of Fine Surfaces. The Contractor Must Protect All Fine Surfaces In Accordance With Sflc Std. Spec 5000.
3.1.3.2 Hydraulic System Contamination Protection. The Contractor Must Maintain Existing Hydraulic Cleanliness In Accordance With Sflc Std. Spec 5000.
3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following:
piping
electrical Cables
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
3.2 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must Witness Coast Guard Personnel Perform An Initial Operational Test Of All Items Or Shipboard Devices To Be Disturbed, Used, Repaired, Or Altered, To Demonstrate Existing Operational Condition. Submit A Cfr.
3.3 Inspect And Repair Task Particulars. The Contractor With Tech Rep Support Must Perform Tasks Listed In Table 2 In Accordance With Sflc Std Spec 5000 And Tp 7903. See Applicable Drawings And Tech Pub In Section 2 For Technical Information And Installation Details.
table 2 – Task List
additional Requirements
#
task Type
qty
component Or Assembly
appendix And Para. From Sflc Std Spec 5000
other
tech Pub 7903
1
operate And Inspect
3
folding Boom Crane
3.2.1
submit A Cir. Document The Existing Software Program/version.
note: There Is An Issue While Running Cranes #2 And #4 In Tandem (with A Load In Remote). While Hoisting, The Operator Receives Indication Crane #4 Is Overloading. Users Must Override To Operate The Cranes In Tandem. The Contractor Will Need To Conduct This “operate And Inspect” Task Under Load To Troubleshoot This Issue.
2
operate And Inspect
1
chest Pack (chest Pack Controls And Junction Boxes)
3.2.1
submit A Cir.
note: There Is One Chest Pack. It Should Be Rotated Between All Three Cranes.
3
operate And Inspect
1
control Console
3.2.1
submit A Cir.
4
service & Inspect
&
groom & Lubricate
3
crane Assembly
3.2.2
perform All Preventive Maintenance Actions As Indicated On Table 4-1 Of Cg Tp 7903, Regardless Of Specified Interval. Inspect Hydraulic Hoses For Leaks, Abrasions, Swelling And Defects. Inspect Entire Folding Crane Assembly For Signs Of Leakage, Cracks, Structural Damage And Deformations. Submit A Cfr.
note 1: Only Check The Torque Of 25% Of The Turntable Bearing Mounting Bolts (4-3.18.1) – Include A Diagram Of The Bolts That Were Checked In The Cfr For This Section.
note 2: Take Off Removable Hose Sleeves And Hose Fitting Tape For Inspection, If Applicable. Reinstall Hose Sleeves And Fitting Tape Upon Completion Of Inspection
5
service And Inspect
3
cranes (mechanical/hydraulic)
3.2.2
inspect Swing Drives, Swing Motor, Swing Manifold, Hydraulic Swivel, Slew Bearing, Slew Bearing Gear, Slew Bearing Bolts, Slew Bearing Wear Inspection, Main Control Manifold, Wire Rope, Elr Manifold, Heel Pins, Jib Pins, Telescope Cylinders, Slide Pads, Jib And Luffing Cylinders, Sheaves, Crane Block Assembly, 10 Ton Hook, Snatch Block, Winch, Constant Tension System, Overhaul Ball. Fasteners, Submit A Cfr.
6
partially Preserve
3
folding Boom Crane Assembly
3.2.4, 3.2.4.3.2, 3.2.4.4, And 3.2.4.5.1
7
hydraulic Lube Oil Analysis
3
hydraulic System
c2.1.3.1
submit A Cir.
8
service And Inspect
1
hydraulic Power Unit (hpu)
3.2.2
inspect Prime Mover/link Motor, Hpu Pumps, Hpu Reservoir, Hpu Tank Heaters, Oil Cooler, Hpu Manifold And Hoses. Hpu Temperature Transmitter, Hpu Display, Hpu Controls, Joysticks And Control Cabinet In Accordance With Tp 7903.
9
system Relief Valves, Switches And Indicators
1
hydraulic System
in Accordance With Tp 7903, Verify Set Points, Adjustment And Calibration On:
pump Compensator Relief Valve
system Relief Valve.
winch Limit Adjustment.
load Monitor Indicators
crane Position Indicators
submit A Cfr.
10
disassemble And Inspect
1
hydraulic Oil Heat Exchanger
3.2.3
disassemble To The Minimum Extent Necessary To Clean The Heat Exchanger.
11
service And Inspect
2
hydraulic System
crane Motor A And B
3.2.2
perform Insulation Resistance Test In Accordance With Ansi/easa Ar 100-2020.and Section 3 Of Tp 7903 Submit A Cfr.
12
service And Inspect
3
cranes
(electrical)
3.2.2
inspect Load Pin, Boom Angle Transducer, Jib Angle Transducer, Swing Angle Encoder, Length Transducer, Turret Enclosure, Flood Lights And Electrical Cables
13
operational And Weight Test
3
folding Boom Crane Assembly
perform In Accordance With Paragraph 3.5 Of This Work Item.
14
fabricate And Install
3
label Plate
b2.9
name Plate Must Also Include Additional Information Of Dynamic Load Test, Brake Test And Wll Weights.
3.3.1 Materials. The Contractor Must Provide All Parts (i.e. All Greases, Lubricating Oils, Hydraulic Fluid, Hydraulic Oil Filters, Tank Breather Elements And Other Miscellaneous Materials) And Materials Including, But Not Limited To, The Items Listed In Table 3 Below, To Conduct The Required Maintenance Actions Listed Above.
table 3 – List Of Parts
quantity
part Number
description
source Of Supply
1
ymd-8861-r
hpu Hydraulic Return Filter
appleton Marine Inc.
1
ymd-10416
hpu Hydraulic Return Filter
2
ymd-12209-r
pressure Filters (for Crane No.2 & 4)
1
ymd-12234-r
(0280d005bh4hc)
pressure Filters (for Crane No.3)
1
ymd-12234-r
(0060d005bh4hc)
pressure Filters (for Crane No.3)
3.3.2 Hose Inspection. The Contractor Must Visually Inspect The Condition Of All Flexible Hoses; Tp7903 Has A Comprehensive List Of Hoses And Their Locations. Submit A Cfr With The Following:
hose Number
hose Physical Condition
service Life Dates (date For Required Hose Renewal; If Not Specified, Add Twelve Years To Installation Date)
3.3.2.1 If Not Present, The Contractor Must Provide New Hose Tags, In Accordance With Sflc Std Spec 5000, Paragraph C2.2.1.4. Ensure Tag Color Coding Of Black On Natural Or Black On White. Ensure That Tags Must Be Attached Using Materials That Will Not Damage Hose Assembly In Any Way Or Interfere With The Normal Flexing Motion Of The Hose.
3.3.2.2 The Contractor Must Stamp, Engrave, Or Etch The Following Information On Each Tag. Handwritten Information On Each Tag Is Not Acceptable. Utilize The Cutter’s Hose Log For Information As Necessary.
hose Log Item Number (serial Number)
hydrostatic Test Pressure (psi)
hydrostatic Test Date (dd/mm/yy)
service Life (replacement Date) Date (qtr "q"/fy)
3.4 Preservation Requirements. The Contractor Must Perform The Following Work To Accomplish The First Bulleted Requirement Of Sflc Std Spec 5000 (para 3.2.4.3.2).
3.4.1 All Other Requirements As Specified From Sflc Std Spec 5000 Regarding “partially Preserve” Remain Applicable.
3.4.2 In Addition To Partial Preservation, Abrade Entire Crane Surface And Provide Aesthetic Topcoat.
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
note
certain Water Weight Bags May Be Too Large To Fit Within The Notch. Ensure Test Weights Are Able To Fit Within The Notch To Accomplish All Testing.
caution
do Not Exceed The Working Load Limit (wll) Of The Cranes For Any Of The Tests Listed In Appendix A, Cg Tp 7903. Exceeding The Wll Could Result In Equipment Damage And/or Personnel Injury.
3.5 Operational And Weight Testing. The Contractor Must Perform The Appleton Marine Inc. “start-up And Overhaul Test Procedure”, Appendix A Of Cg Tp 7903 Items 1-10. Static Load Test (item 2.1) Is Not Required. Perform All Testing With Cutter At Or Near 0-degree Trim And 0-degrees List. Record And Provide All Testing Data Of Appendix A, Cg Tp 7903 Via A Cfr. Utilize Test Weights That Will Ensure The Boom Can Be Extended Horizontal In The Notch.
3.5.1 The Contractor Must Supply Weights And A Certified Dynamometer To Conduct Load Testing, Submit Cfr With Certification Details. Perform All Testing In The Presence Of The Coast Guard Inspector And The Tech Rep.
3.5.2 Upon Successful Completion Of The Load Testing, Operational Testing Must Be Performed Using The Various Gfp Small Boats In Accordance With The Test Procedure Detailed In Appendix A, Cg Tp 7903.
3.6 Bearing Wear Inspection. The Contractor Must Conduct A Bearing Wear Inspection Of The Turntable Bearing, For All Cranes In Table 1, In Accordance With Cg Tp 7903 Appendix B. Submit A Cfr With Test Results As Compared With The Baseline Measurements In Table 4.
table 4 – Cgc Waesche Turntable Bearing Baseline (15july2018)
3.7 Operational Test, Post Repairs. After Completion Of Work, The Contractor Must Thoroughly Test, In The Presence Of The Coast Guard Inspector And Demonstrate All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed To Be In Satisfactory Operating Condition. Submit A Cfr.
3.8 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Exterior And Interior Surfaces To Match Existing Adjacent Surfaces, In Accordance With Sflc Std Spec 6310. Abide By All Touch-up Requirements Outlined In Sflc Std Spec 6310.
4. Notes
this Section Is Not Applicable To This Work Item.
Closing Date11 Feb 2025
Tender AmountRefer Documents
BARANGAY SAGRADA, PILI, CAMARINES SUR Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Office Of The Punong Barangay Sagrada, Pili, Camarines Sur Bids And Awards Committee Contact No. +639857600284 Sagrada, Pili, Camarines Sur 4418 Invitation To Bid Construction Of Emergency Response Center The Local Government Unit Of Sagrada, Pili, Camarines Sur Through The 20% Barangay Development Fund (bdf) (reprogrammed 2024) Intends To Apply The Sum Of Six Hundred Fifty Thousand Eight Hundred Eighty Five Pesos (p650,885.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Construction Of Emergency Response Center. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Unit Of Sagrada, Pili Camarines Sur Now Invites Bids For The The Construction Of Emergency Response Center Is Required Ninety (90) Days. Bidders Should Have Completed, Within 2 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. 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”. A Complete Set Of Bidding Documents Maybe Purchased By Interested Bidders On January 21, 2025 To February 10, 2025 At 8:00 Am. From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of One Thousand Pesos (p1,000.00) Only. Bid Must Be Delivered To The Address Below On Or Before February 10, 2025 At 8:00 Am. At The Session Hall, Barangay Sagrada, Pili, Camarines Sur. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Bid Opening Shall Be On February 10, 2025 10:00 A.m. At The Session Hall, Barangay Sagrada, Pili, Camarines Sur. 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. The Local Government Unit Of Sagrada, Pili, Camarines Sur 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. Part I. General Requirements B.5 Project Billboard/signboard Est. Qty. : 1 Each A. Labor 1 Construction Foreman 1 Skilled Laborer B. Equipment Handtools ( 5 % Of Labor) C. Materials 64 Sq.ft. Tarpauline (with Coa Format) 2 Pcs. 1/4" Marine Plywood 12 Pcs. 2" X 3" X 12' Coco Lumber 8 Pcs. 2" X 2" X 12' Coco Lumber 1 Kg. Assorted Cw Nails B.9 Mobilization/demobilization Est. Qty. : 1 L.s. 1 Lot Lump Sum Part Ii. Civil, Electrical, & Sanitary/plumbing Works A. Earthworks 801(1) Removal Of Structures And Obstruction Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 2 Unskilled Laborer B. Equipment 1 Unit Jack Hammer Handtools ( 10 % Of Labor) C. Materials 803(1)a Structure Excavation (common Soil) Est. Qty. : 9 M3 A. Labor 1 Construction Foreman 3 Unskilled Laborer B. Equipment Handtools ( 10 % Of Labor) C. Materials 804(4) Gravel Fill Est. Qty. : 2.00 M3 A. Labor 1 Construction Foreman 1 Unskilled Laborer B. Equipment Handtools ( 5 % Of Labor) C. Materials 1 M3 Boulder (apple Size) 1 M3 G 1" Crushed Gravel B. Plain And Reinforced Concrete Works 900(1)c1 Structural Concrete, Class A, 28 Days Est. Qty. : 12.11 M3 A. Labor 1 Construction Foreman 2 Skilled Laborer 4 Unskilled Laborer B. Equipment 1 Unit Concrete Vibrator 1 Unit 1-bagger Mixer Minor Tools ( 10 % Of Labor) C. Materials 13 M3 G 3/4 "crushed Gravel 7 M3 Albay Sand 109 Bags Portland Cement 12 Bags Sahara 902(1)a Reinforcing Steel Bars, Grade 40 Est. Qty. : 1,227.47 Kgs. A. Labor 1 Construction Foreman 2 Skilled Laborer 2 Unskilled Laborer B. Equipment 1 Unit Bar Cutter, Single Phase (25 Mm Ø) 1 Unit Bar Bender Minor Tools ( 10 % Of Labor) C. Materials 70 Pcs. 10mm Ø Rsb 35 Pcs. 12mm Ø Rsb 52 Pcs. 16mm Ø Rsb 88 Pcs. 9mm Ø Rsb 25 Kgs. #16 G.i. Tie Wire 903(1) Formworks And Falseworks Est. Qty. : 1 L.s. A. Labor 1 Construction Foreman 2 Skilled Laborer 5 Unskilled Laborer Stripping 1 Construction Foreman 1 Unskilled Laborer B. Equipment 2 Sets H-frame 1.7m X 1.2m, Set 2 Pcs H-frames 4 Pcs Diagonal Cross Braces 4 Pcs Horizontal Braces 8 Pcs Joint Pins Minor Tools ( 10 % Of Labor) C. Materials 15 Pcs. 1/4" Marine Plywood 1,000 Bd.ft. Coco Lumber Consumables ( 5 % Of Material Cost) C. Finishing And Other Civil Works C.1. Fabricated Materials 1006(6) Steel Doors & Frame Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D1 - Steel Grille Door (installed) (see Plan For Details) 1 Set Sd1 - Sliding Steel Door (installed) (see Plan For Details) 1010(2)b Wood Panel Door Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D2 - Wood Panel Door With Door Jamb, Lever Type Stainless Steel Door Know $ Accessories (installed) (see Plan For Details) 1008(2) Aluminum Glass Windows Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 6 Sets W1- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 1009(2) Jalousie Window Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set W2- Tinted Glass Jalousie Window Blades On Anolok Alum. Framing (jalou Plus)(installed) (see Plan For Details) C.2. Carpentry And Joinery Works 1003(1)a1 4.5mm Fiber Cement Board On Metal Frame Ceiling Est. Qty. 14.62 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 4 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 6 Pcs. 4.5 Mm. Hardieflex Sheet (1.2 M. X 2.4 M.) 17 Pcs. Double Metal Furring 6 Pcs. Carrying Channel 15 Pcs. Hanger Bars/rod 88 Pcs. Wall Clip 4 Pcs. Wall Angle 1 Box Blind Rivet (500pcs/box) 59 Pcs. 1" Metal Screw Consumables ( 5 % Of Material Cost) 1003(4) Cabinets Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 2 Skilled Laborer 4 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 1 Set Wall Counter With Cabinet 2 Pcs. Counter Cabinet W/ Overhead Cabinet C.3. Masonry Works 1003(1)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) Est. Qty. 43.39 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 2 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 565 Pcs. 100 Mm Thk Chb (non-load Bearing) 23 Bags Portland Cement 2 M3 Albay Sand 38 Pcs. 10mm Ø Rsb 5 Kgs. #16 G.i. Tie Wire C.4. Finishes 1027(1) Plain Cement Plaster Finish Est. Qty. 136.45 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 2 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 46 Bags Portland Cement 4 M3 Albay Sand 1018(1) Glazed Tiles Est. Qty. 12.90 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 85 Pcs. 400 X 400 Ceramic Glazed Floor Tiles 5 Bags Portland Cement 1 M3 Albay Sand 2 Bags Tile Grout (2kg.) 2 Bags Tile Adhesive (25 Kgs.) Consumables ( 5 % Of Material Cost) 1018(2) Unglazed Tiles Est. Qty. 1.80 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 2 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 12 Pcs. 400 X 400 Ceramic Unglazed Floor Tiles 1 Bags Portland Cement 1 M3 Albay Sand 1 Bags Tile Grout (2kg.) Consumables ( 5 % Of Material Cost) C.5. Paint Works 1032(1)a Painting Works (masonry Painting) Est. Qty. 136.45 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 5 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 3 Gal. Concrete Neutralizer 6 Gal. Concrete Sealer/primer 7 Gal. Patching Compound 7 Bags Skim Coat 3 Pail Semi-gloss Paint Consumables ( 5 % Of Material Cost) 1032(1)c Painting Works (metal Painting) Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 2 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 1 Gal. Red Oxide Primer 4 Gal. Enamel Paint 2 Gal. Paint Thinner Consumables ( 5 % Of Material Cost) D. Plumbing/sanitary Works 1001(9) Storm Drainage & Downspout Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 1 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 4 Pcs. 3"ø X 10" Pvc Pipe 6 Pcs. 3"ø X 45° Pvc Elbow 2 Pcs. 3"ø X 90° Pvc Elbow 6 Pcs. 3"ø Pipe Straps And Accessories 2 Pcs. 3"ø Ss, Downspout Strainer 1 Liter Solvent E. Electrical Works 1100(10) Conduit Boxes And Fittings Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 2 Skilled Laborer 3 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 18 Pcs. 1/2"ø X 10' Pvc, Pns Conduit Pipe 5 Pcs. 3/4"ø X 10' Pvc, Pns Conduit Pipe 8 Pcs. Octagonal Junction Box Gauge #16 Deep Type (101mm X 101mm X 53mm) 10 Pcs. Utility Box Gauge #16, Deep Type (50mm X 101mm X 53mm) Consumables ( 5 % Of Material Cost) 1101(33) Wires And Wiring Devices Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 1 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 40 M. 2.0mm² Thhn Wires, Stranded 30 M. 3.5mm² Thhn Wires, Stranded 20 M. 5.5mm² Thhn Wires, Stranded 2 Sets 2-gang Switch With Plate 2 Sets 3-gang Switch With Plate 8 Pcs. Duplex Convenience Outlet, Consumables ( 5 % Of Material Cost) 1102(1) Panelboard With Main & Branch Breakers Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 2 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 1 Set 40 At, 2p, 230v Circuit Breaker 1 Set 20 At, 2p, 230v Circuit Breaker 1 Set 15 At, 2p, 230v Circuit Breaker 1 Set 4-hole Panel Board Consumables ( 5 % Of Material Cost) 1103(1) Lighting Fixtures Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 3 Sets Pinlights, 3 1/2"ø 9 Watts, Dl 4 Sets Pinlights, 11 Watts, Dl 2 Sets Emergency Lights Pre-bid - January 28, 2025, 1:00pm Bid Evaluation - February 12, 2025 Post-qualification - February 14, 2025 Notice Of Award - February 17, 2025 Notice To Proceed - February 20, 2025 For Further Information, Please Refer To: Abel B. Hernandez Bac Chairman/ Brgy. Kagawad Lgu-sagrada, Pili, Camarines Sur +639857600284
Closing Date29 Jan 2025
Tender AmountPHP 650.8 K (USD 11 K)
Municipality Of Mercedes, Camarines Norte Tender
Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Camarines Norte Municipality Of Mercedes Bids And Awards Committee Bids And Awards Committee Office, Lgu - Mercedes, Camarines Norte Invitation To Bid For Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte. The Local Government Unit Of Mercedes, Camarines Norte, Through The Trust Fund Intends To Apply The Sum Of Two Million Seven Hundred Twenty-five Thousand Two Hundred Sixty-six Pesos Only (php2,725,266.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte - Identification Number 401-24-11-1495/1496/1497/1498/1499. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Mercedes, Camarines Norte, Now Invites Bids For The Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte As Follows: Item No. Qty Unit Description Lot 1 - Hardware Tools 1 1 Unit Air Compressor Machine, Motor: 1/2 Hp; No. Of Cylinder: 2; Phase: 1; Pressure: 85 Psi; Capacity 46 Liters; Approximate Dimension: 95-100cm (l) X 31-35cm (w) X 64-70cm (h); Weight: 47kg; Inflation Time: 53min; Air Displacement: 208l/min 2 1 Unit Air Spray Gun, Standard Nozzle:1.4mm, Pattern Width:180-250mm, Paint Capacity:600cc, Suitable For Finishing Coat, Optional Nozzle:1.3-2.5mm, Operating Pressure:2-3.5bar Air Cons:4.2-7.1cfm(119-200l/min)" 3 11 Set Angle Grinder Cutting Disk, 10 Pcs.per Set; Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8") 4 11 Unit Angle Grinder, Rated Input Power: 730w; Wheel Diameter: 4"; Rated Voltage: 220v; Frequency: 60hz; No Load Speed: 12,000 Rpm; Weight: Approximately 1.6kg; Grinding Spindle Thread: M10; Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h) 5 7 Pc Chipping Hammer, Item Weight: atleast 13.8 Ounces; Product Dimensions: 11" (l) X 1" (w) X 7.5" (h); Material:, Genuine Leather Grip And Forged Steel 6 3 Set Circular Saw With Diamond Blade, 1400w, 185 Mm Blade, Spindle Lock With 24t Diamond Blade 7 3 Pc Claw Hammer, Head Weight: 16oz; Overall Weight: 17oz-23oz; Forged Steel Head; Smooth Face; Fiberglass Handle With Rubber Cushion; Overall Length: 12-14" 8 3 Pc Concrete Chisel, 10'' Forged Steel Chisel 9 3 Pc Crow Bar, 36" Long; Length Tolerance: +- 1/8; Forged Steel Carbon 10 1 Pc Electric Planer; Voltage: 220-240v; Input Power: 1050w; No Load Speed: 1600rpm; Planing Width And Depth: 82x3mm; Heavy Duty Aluminum Base; 11 1 Pc Framing Hammer, Handle Material: Alloy Steel; Item Dimensions: Approximately 16-17" (l) X 5.75-6" (w) X 1.5-2" (h); Item Weight: Atleast 1.4 Pounds 12 1 Unit Gasoline Marine 7hp Speed Type, Single Cylinder; 4 Stroke, Forced Air Cooling; Ohv Displacement (cc): 196 Compression Ratio: 8.5:1 Bore X Stroke (mm): 68x54 Min. Fuel Consumption;395/(kw.h) Valve Clearance: Input Valve: 0.10-0.15mm Idle Speed (rpm): 1400+-140 Max A.c. Output/rpm:3.8/3600 Noise Level:70db (a) Ignition System: Transistorize Magento Ignition Max Torque (n.m/rpm): 10.7/300 Starting System: Recoil Start (recoil Start/electric Starting) 13 10 Pc Hacksaw With Blade, Adjustable Aluminun Alloy Frame With Soft-grip Handle, 90" Adjustable Bladec Angle, 12 Inches (+/- 1/4") Bi-metal Hacksaw Blade, 24 Tpi 14 10 Unit Heavy Duty Corded Drill, Rated Input Power: 750w; Chuck Capacity: Upto 13mm; Drill Capacity: Metal (16mm), Wood (25mm), Masonry (12mm); Dimension: 268mm (l) X 69mm (w) X 192mm (h); Weight W/out Cable: Approximately 1.6-1.8 Kg; Spindle Collar Diameter Of 43 Mm 15 1 Pc Level, Box Beam Style, Material: Alluminum; Dimension: Approximately 24-24.5" (l) X 2-2.6" (w) X 1.2-1.5" (h); Weight: Atleast 0.8 Pounds 16 3 Pc Mashing Hammer, 3 Lb With Fiberglass Handle, Forged Steel Head 17 3 Pc Masonry Hammer, 800g Solid Rubber Head, Fiberglass Core And Bi-material Slip-resistant Handle, 18 3 Pc Masonry Hand Saw, 15" 380mm Carbon Steel 19 3 Pc Masonry Square, 24"x 16"aluminum, 1/8 '' Thick 20 3 Pc Mason's Level, 60cm Aluminum Reinforced Frame 21 3 Tube Mason's Line, #18 Braided Nylon, 500 Ft, 170 Lb Test 22 10 Set Metal Drill Bit Set, Material: High Speed Steel; 19pcs Per Set (1mm,1.5mm,2mm,2.5mm,3mm,3.5mm,4mm,4.5mm,5mm,5.5mm,6mm,6.5mm,7mm,7.5mm,8mm,8.5mm,9mm,9.5mm,10mm); Point Angle:118degree C; Standards: Din 338; Bit Geometry: Standard Twist Bit 23 8 Pc Meter Tape With Magnetic Hook, Blade Material: Nylon Coated Blade; Dimensions: 16ft (l) X 25mm (w) 24 7 Pc Mig Welding Pliers, Overall Length: Atleast 210mm; Material: High Carbon Steel; Handle Material: Thermoplastic Rubber 25 1 Unit Portable Hand Drill, Power Sourced: Battery Powered - 2pc 21 Volt 1500mah Lithium-ion Batteries; Maximum Rotational Speed: 1500 Rpm; Voltage: 21v; Amperage: 1.5 Amps; Chuck Size: 0.38"; Bit Heads Diameters: From 0.8mm - 10mm; Product Dimensions: 9.6" (l) X 2.1" (w) X 7.5" (h); Material: plastic, Rubber, Metal; Item Dimensions: Approx. 9.6" (l) X 2.1" (w) X 7.5" (h); Item Weight: Atleast 2.5 Pounds; Item Torque: 330 Inch Pounds; Inclusions: 1x21 Volt Inspiritech Cordless Power Drill, 2x Rechargeable Battery, 1x English User Manual, 10x Self-drilling Drywall Anchors,10x Screwdriver Bits, 2x Double Ended Bits, 3x Drilling Bits, 1x Magnetic Extension Socket Bit Holder, 10x Anchors With Screws,1x One-hour Fast Charger, 1x Flexible Extension Shaft, 1x Carrying Bag 26 7 Unit Portable Welding Machine, Input Voltage: 220-240; Frequency: 50-60hz; Output Current: 10-220a; Led Display; No-load Voltage: 85v; Max. Output Current: 220a; Diameter Of Electrode: 1.6-3.2mm; Inclusions: 1 Pc Electrode Holder, 1 Pc Earth Clamp With Cable, 27 3 Pc Pull-push Rule, Blade Length 8m/26ft, Blade Width 1", High Impact Abs Case With Durable Rubber, Corrosion Resistant Tru-zero End 28 3 Pc Putty Knife, 3" Stainless Steel With Rubber Handle 29 1 Pc Roofing Hammer: Item Weight: 1.25 Pounds; Product Dimensions: Approx. 13.7" (l) X 6.75" (w) X 1.5" (h) 30 1 Unit Sander, Item Dimensions: Approx 11.63" (l) X 5.63" (w) X 6.19" (h); Voltage: 110 Volts; Power Source: Corded Electric; Amperage Capacity: 8.8 Amps; Variable Speed Control Dial (690 -1,440 Ft./min.); Grit Number: 80; Item Weight: Atleast 9.5 Pounds; Included Components: belt Sander, 1 Belt, Dust Bag 31 3 Pc Shovel, Rectangular End, Tempered Steel Blade (0.8mm Gauge Orv Higher), 17-23 Cm Blade Tip Width,22-28cm Blade Tip Lenght, All Metal Handle, Overall Lenght 100cm-115 Cm 32 3 Pc Shovel, Round End, Tempered Steel Blade (0.8mm Gauge Orv Higher), 17-23 Cm Blade Tip Width,22-28cm Blade Tip Lenght, All Metal Handle, Overall Lenght 100cm-115 Cm 33 1 Pc Speed Square, Material: Cast Aluminum; Size: About 18x18x2cm/7.09x7.09x0.79"; Weight: About 130g; Triangle-shaped 34 3 Pc Spirit Level Bar, Aluminum Frame With Magnet, Size 12" (+-1/8"), With 3 Vials (horizontal, Vertical And 45 Degrees) 35 3 Pc Steel Float/plastering Trowel, Thickness 0.7 Mm, Surface Measurement 280mm X 125 Mm(+/- 1mm), High Carbon Steel, Soliod Forged Steel With Plastic Handle 36 1 Pc Trim Hammer, Handle Material: Wood; Head Material: Alloy Steel; Item Dimensions Approximately: 14-15" (l) X 5-6"(w) X 1-2" (h); Item Weight: Atleast 594 Grams 37 3 Pc Trowel, 280x120mm Stainless Plastering Trowel With Plastic Handle 38 1 Pc Utility Knife, Handle Material: Aluminum; Material: Aluminum Alloy; Weight: 120g/pcs; Blade Size: 19mm (w) X 61mm (h) X 0.6mm (t); Blade Material: Steel; Thickness: Atleast 0.6mm 39 7 Pc Welding Helmet, Auto Darkening Helmet, Power Supply: Battery And Solar Powered; Light Shade: Din9-1;, Dark Shade: Din4; Switching Time: 1/25000s; Delay Time: 0.1-0.8s; Sensitivity Adjustment: Stepless Control; Operation Temperature: -5 Degrees- 55 Degrees; Active Viewing Area: 93mmx43mm; Active Viewing Area Size: (+/- 10mm); Item Weight: Atleast 1.85 Pounds; Package Dimensions: approximately 12-12.4" (l) X 9-9.61" (w) X 7-7.68" (h) 40 7 Set Welding Magnets, 6 Pcs/set, Overall Length: Atleast (3"); Hold Capacity: Up To 25lbs; Arrow Design Supports Angle: 45°, 90°, And 135°; Item Weight: 295g; Package Dimensions: 4.88 X 4.72 X 3.98 Inches; material: Steel; Magnets Size: Approximately - Top (1-1.4cm), Bottom (6.5-7cm), Side (7-7.5cm) Thickness (1-1.3cm) 41 1 Set Wood Chisel; 4-piece Set (6mm; 12mm; 19m; 25mm); Tempered Chrome Carbon Steel Blade; Hardened Shank; Rust-resistant, Lacquered Coated Blade; Bi-material Handle 42 3 Pc Wooden Float, 18"x 32", Multi-layered Lot 2 - Food Preparation 1 1 Unit 3 In 1 Burger Griller With Deep Fryer And Steamer, Gas Type; Made Of Stainless Steel And Polished Metal Griddle Plate; Dimensions: Burger Griddle - 18" (l) X 12" (w); Deep Fryer - 8" (l) X 12" (w), Capacity: 2.5 L; Steamer: 11" (l) X 12" (w) 2 6 Unit Barbeque Grill With Sauce Holder And Top Grill, Material: Stainless Steel, Dimension(lwh): 24 In X 12 In X 30 In (3.5 In Grill Pan's Depth) 3 33 Pc Basin; Stainless; Diameter: 22"; Base: 16"; Depth: 7"; Thickness: 1cm 4 47 Pc Beach Umbrella; Round-shaped; Material: Poly Canvass; Diameter: 40""; Pole Stand Length: At Least 45""; Pole Material: Stainless Steel Chrome" 5 6 Pc Boiler Caldero; Big Size & Heavy Duty; Size: Diameter 48cm; Height: 42cm; Makapal, Material: Aluminum 6 6 Pc Boning Knife, 27.3cm, Blade Length:14.6cm, Blade Thickness: 4mm, Wood Handle 7 32 Pc Butcher's Knife; Materials: Stainless; Wood Handle; Size: About 10" 8 29 Pc Caldero With Double Handle; Aluminum Material; Diameter: 46cm; Height: 37cm; With Double Handle; Capacity 5kilos/20l(volume Capacity) 9 48 Set Casserole Set, Stainless Steel, 28, 30 And 32cm Diameter; 16, 18, 20cm Height 10 50 Pc Chef's Knife; About 10 3/4" Long; Material: Stainless Steel; Blade: Full Tang; Riveted Handle 11 56 Pc Chest Cooler, Item Package Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h), Package Weight: 5.76kg, Inside Dimensions: 24.95" (l) X 14.58" (w) X 14.77" (h), Material: plastic, Chamber Depth: 24.95", Capacity: 52l, Color: Any Color 12 51 Pc Chopping Board; Thick Wood; 12"x12" 13 6 Pc Cleaver Knife, 11" Stainless Steel, Weight: 310-340g, Blade Size: 6.5 Inches 14 48 Pc Colander; Stainless Steel; 11"diameter; With Stainless Base And Handle 15 6 Unit Digital Weighing Scale ,30kg Capacity,stainless Tray Size: 35x23cm For 30kg Capacity Weighing Scale, Dual - Display : Weight, Unit Price, Amount, High Light Led Display, Rechargeable Battery, Power Supply: Ac/dc Charger (included) 16 47 Unit Double Burner Gas Stove; Stainless Top And Front; Automatic Ignition; Reversible Trivet; Double Detachable Top Burner; Removable Drip Pan; Dimension: 700mm(l) X 390mm(w) X 140mm(h) 17 7 Unit Double Ring Burner; Heavy-duty Cast Iron; Includes Pol Regulator And 1-metre Hose 16750 Btu Brass Valve With Individual Gas Control Minimal Assembly Required Weight; 3.9kg, Material;cast Iron, Dimensions: (lwh) 36cm X 20cm X 9cm, Fuel Type: Lpg Tank Cylinder With Content And Accessories 18 2 Pc Egg Ring, Stainless Steel, 8.5cm Diameter, 1.5cm Height 19 4 Box Face Masks; 3 Ply Non-woven Disposable Earloop Mask; Quantity: 50pcs/box 20 30 Pc Fish Drying Rack, 4-layer, 45x45x66cm, Foldable 21 6 Pc Fish Scaler, 20cm Stainless Steel 22 6 Pc Fish Scraping Tool, 20cm Stainless Steel 23 54 Unit Food Shelve, 2 Layers: Glass Thickness: 3/16 And 1/4, (w-14" X H-17" X L-30"); Adjustable Layer, Material: Glass & Aluminum With Sliding Door, Offer: Screen Sliding Door To Prevent Moisture 24 204 Pc Food Tray With Glass And Stainless Lid/cover, Stainless Body, Rubberized Stand 32x28x10cm 25 12 Pc Food Tray, Flat, Stainless, 60x40x2cm, Depth: 2cm 26 2 Unit Freezer Chest Type, Gross / Net Volume 10.6 Cu.ft. (10 Liters) / 10.1 Cu.ft. (286 Liters), Functionality 3-in-1 Function – Chilling | Freezing | Fast Freezing, Defrosting System: Manual Defrost, Evaporator:aluminum Defrost,led: 6 Led’s, P:2w, Lamp Life: Min. 50,000 Hours, Weight 40 Kg, Dimensions L 63 X W 111.4 X H 84.7 (cm), Key Features: Inverter Compressor, Sliding Glass Door, Embossed Door & Cabinet, Recessed Side Handle (left & Right), Led Light, Removable Gasket , 1x Basket Wire Shelf, 4x Roller Wheel 27 5 Pc Fruit Crate Plastic 21 X 15 X 12 Inches, Heavy Duty Plastic Material, Color : Black 28 37 Pc Frying Pan 14" In Diameter, Cast Iron 29 4 Unit Gas Range, Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h); 4-gas Burner; 62l Gas Oven; Button Ignition; Top Glass Lid; Net Weight: Maximum Of 28kg; Pan Support: Light Cast Iron Pan Support 30 1 Box Gloves; 100pcs; Food Grade; Size: Medium(7.5cm); Thermoplastic Elastomer(tpe) Material 31 23 Pc Hairnet With Cap; White; Nylon; Washable 32 1 Unit Industrial Oven Stainless Steel, With Wall Insulator To Minimize Penetration Of Heat To The Walls, With Temperature Gauge, Approx. Outer Dimension: 46.5 X 23.5 X 30 Inches; Oven Stand/rack Is Made Of Metal With Rollers And Braking Systems; Stainless Steel Front Panel, With See Thru Glass; About 4 Inch Thickness Of Walls With 2 Trays Per Deck - 4 Trays Capacity; Gas Type 33 35 Pc Kawa 62 Cm Diameter 18 Cm Height, Aluminum With 2 Aluminum Handles 34 12 Pc Kitchen Apron, Waterproof; Stain Resistant Leather Apron 35 6 Pc Kitchen Scissors, Material: Stainless Steel And Plastic Silicone, Size: 22.5x7.3x1.2cm 36 3 Pc Long Handle Stainless Steel Soup Spoon; Color: Silver; Caliber Length; Approx. 12cm.14cm.16cm.18cm, Handle Length; Approx.45cm(17.72inches) 37 6 Pc Long Wooden Ladle; 14" Stainless Steel 38 58 Set Lpg Tank, 11kg Cylinder With Gas Regulator, 1.8m Hose & Steel Hose Clamp 39 9 Set Measuring Cup (set For Liquid), 1 Measuring Cup With Red Graphics; Made Of Nonporous Glass That Won't Warp, Stain, Or Absorb Odors; Glass Is Preheated Oven, Microwave, Fridge, Freezer & Dishwasher Safe; Dimension: Approx. 7.13" (l) X 6.75" (w) X 4.38" (h); Measuring Capacity: 500ml 40 9 Set Measuring Cups (set For Dry), Smithcraft Stainless Steel Measuring Cups Set Have 8 Cups.the Sizes Are: 1 Cup (240ml), 3/4 Cup (180ml), 2/3 Cup (160ml), 1/2 Cup (120ml), 1/3 Cup (80ml), 1/4 Cup (60ml), 1/8 Cup (30ml), 1/16 Cup (15ml),1 Locking Ring. 41 6 Unit Mini Electric Fan 7.5" - With Base 10'' 69hz 20w (for Bbq), Non-adjustable Height; Any Color; Electric Powered Fan; 3 Blade 42 21 Pc Mixing Bowl Medium, Approx. Diameter: 28cm, Height:11.2cm; Material: Stainless; Capacity: Atleast 4l 43 200 Pc Monoblock Chair Front:monoblock Chair, Front Legs Distance: 355mm Width Seat, With Backrest, Color: Beige, Seat Width :375 Mm, Deapth: 330 Mm, Side Legs Distance Left: 378 Mm, Side Legs Distance Right 378 Mm, Back Legs Distance: 210 Mm, Back Rest Height:779 Mm, Set Back Height: 405 Mm, Seat Height: 376 Mm, Gross Weight: 2.25 Kgs 44 54 Pc Monoblock Table, 36x36 Inches, H- 28 Inches, Color: Beige, Atleast 3mm Thick 45 2 Pc Non-slip Rectangular Chopping Board; Materials:polypropylene Plastic; Approx Length: 40cm; Width: 25cm; Thickness: 0.5cm; Color : White 46 45 Pc Palamigan Container W/ Gripo 15l, Dimension: 31.8x23.8x48.5cm, Material: High Quality Durable Plastic 47 1 Unit Pressure Cooker 50 Liters Capacity, Aluminum Alloy Material, Pressure: 90kpa, Dimension: 44cm Diameter X 47cm Height 48 40 Pc Round Glass Jars With Lid, 220ml 49 41 Pc Sandok, Stainless Steel, 24.7" Length, With Wooden Handle 50 33 Pc Sandok, Stainless Steel, Length: 14" 51 39 Pc Shansi, Stainless Steel, Length: 14" 52 9 Pc Stainless Steel Dough Cutter Scraper Baking Smoother Cake , Approx. Size: 14-15cm (l) X 11.5-12cm (w) And 22cm (h); Material: Stainless Steel 53 41 Pc Stainless Steel Food Tong 14" Length 54 5 Unit Steamer; Aluminum; About 16"/42cm Diameter; 3 Layers With Cover; With Handle Per Layer 55 3 Unit Vacuum Sealer Machine, 220v, 90w, Sealing Width: 270mm, Power Supply: Ac100-240v/50-60hz, Temperature Control Range: 170-210 Celsius, Abs Material, Size: 370*75*50 (mm) 56 15 Pack Vacuum Sealer Storage Pouches | Bpa Free, Commercial Grade For Food Storage & Sous Vides, Size: 17 X 25cm Material: Plastic, 100pcs/pack 57 27 Pc Water Jug/dispenser With Faucet, 5 Gallons, 20 Liters, Color: Blue, Durable And High Quality Plastic Material 58 7 Unit Weighing Scale; Analog; 20kg Capacity; Approx. Dimensions: 6-7" (l); 8-9" (w); 10-11" (h); Dual Unit (kg And Pounds) 59 2 Pc Wide Mouth Funnel, Stainless Steel, Top Opening: At Least 17 X 5.5 X 6cm, Bottom Opening: At Least 13 X 3.7 X 4cm 60 8 Pc Wire Whisk, Large, Stainless, Approx. 14-15" (l) Lot 3 - Fabrication Of Food Cart 1 7 Unit Bicycle With Sidecar: Bicycle Specifications: Bmx Type Bike (frame 1//2 Gi Hd, Rim Set Front X 10 G Wide Jap Hub, Rim Set Rear X 10g Wide Jap Hub, Tire 20 X 2.125 Jumbo, Tube 20 X 2.125, Handle Bar Painted Black, Fork Ex-900 Landing Gear Cp, Head Parts Nikyo/whw, H-post Bmx Ord.m, H-grip Ord. Opc Parts Neco Bearing Type, Opc Plate 36t, Chain Cp Bmx, Freewheel 24t, Pedal Opc Bearing Type, Seat Clamp/s-pin/ S-post P, Saddle With Spring, Footbreak With Spring "full Size" Frame, 175-180mm Cranks Side Car With Provision Of Umbrella And 2 Chest Coolers (52l Capacity) - Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h) Materials: 1/2 J1 Pipe 540, 316 X 1 Flat Square Bar, J1 Pipe De Una 520, 1/4 X 2 Flat Bar, 6203 Gi Set, Tire 20 X 2.125 Jumbo, Note: With Dole, Dilp Logo Fully Painted In A Galvanized Sheet Iron Attached On The Front Of The Sidecar With Approx. 15.7 Inches(h)x15.7 Inches(l) Fully Painted Color: Any Color 2 1 Unit Motorcycle Sidecar (for Fruits And Vegetable Vending): Metal Body, Dimensions L-4ft W-2ft H-2ft, With 17inch Side Wheel 3 11 Unit Negocart With Bicycle Roofing Materials: Bolt & Nut W/ Washer 3/16 X 1 Polycarbonate 6mm X 1.2 X 1.70 Welding Rod Body Materials:tubular 1 X 1 X 1.5;flat Bar 1/8 X 1;flat Bar 2' X 3/8 X 1;plain G.i.;sheet 4' X 8' #26;cylindrical Hinge 1/2" ᴓ;blind Rivets 1/8 X 1/2;cylindrical 1/2;cabinet Handle;cabinet Lock;round Bar 8mm ᴓ;transparents Barrier 1/4 X 4' X 8';welding Rod;stainless Sheet 4' X 8';plain Round Bar 16mm ᴓ: Bicycle Specs: Bmx Type Bike Frame, Front And Rear Free Wheel Hub For Rim Set Single Speed (wheel Set), Tire Size (20"x2.125 Jumbo), Interior Tube (20"x2.125), Bmx Handle Bar, Bmx Fork, Head Parts (h Post, Handle Grip), Chain (single Speed), Pedal (bearing Type), Seat Clamp, Saddle With Spring, Foot Brake (clamp W/ Spring), Crank Pedals (175mm-180mm Cranks) Note: With Dole, Dilp Logo And Tourism Spot At The Front And Side Of Cart, Logo Material: Weather Proof Sticker, Sizes Of Sticker: H-60cm X W-130cm (for Front Of Cart) And H-60cm X W:75cm (for Side Of Cart) Or H-23.6" X W-51" And H-23.6" X W-29.5" Fully Painted Color: Light Blue Lot 4 - Grooming Tools 1 1 Pc All Purpose Comb, 7inch, Plastic Material 2 3 Pc Barber Apron, With Two Pockets, Waterproof, Material: Fiber Size: Approximately 89x69cm - 35x27.2 Inches 3 1 Pc Barber Cape, 140cmx100cm Silk, Waterproof 4 1 Unit Barber Chair, Reclining, Modern Style, Chair Back Height: High-back; Upholstery: Faux Leather; Material: Stainless Steel; Dimension: 21"x22.5"x38" 5 1 Unit Clipper, Cordless, Includes 3 Metal Clip Attachment Comb Cutting Guides, 1/16", 1/8",3/16, 6.25 Inches And Weighs 13 Oz, Equipped With A 2191 Adjustable 0000 Blade 6 2 Unit Curling Iron, 38.5cm, Tourmaline Ceramic, 25-39w, 360 Degree Rotatable 7 2 Set Eyebrow Grooming Kit, 6pcs (2 Eyebrow Razor, 1 Facial Razor, 1 Brush, 1 Scissors, 1 Tweezer) 8 1 Pc Fade Brush, Material: Plastic & Nylon, (hxw) 12.3 X 2.3 Cm, Weight: 0.015 Kg 9 2 Unit Flat Iron, Ceramic Wide Plate, 100-240v Dual Votage, 40-59w, 27.8cm Long 10 2 Unit Hair Blower, 2 Speed - 3 Heat Settings, 2400w, Removable Filter Cover, Cool Shut Function, Dimension: 21.5x8.5x26.5cm 11 1 Set Hair Clips, Plastic, Size: Approximately 7.8cm 12 2 Set Hair Dying Tool Set, (5-pc) Small Brush - 19.5cmx4.5cm, Big Brush - 20.5x6cm, Secondary Comb - 19x5.5cm, Small Bowl - 13x4.5cm, 1 Pair Of Earmuffs 8x4.5cm 13 3 Pc Hair Shear, 6.9 Inch Stainless 14 10 Pc Hair Towel Turban, 49x18cm Microfiber 15 2 Set Make Up Brush Kit, 12 Pcs With Box 16 2 Set Make Up Kit, 35pcs (1 Eyeshadow, 1 Concealer, 4 Osmetic Brush, 3 Lipgloss, 1 Eyebrow Pencil, 1 Pressed Powder, 4 Lipstick, 4 Face Makeup, 1 Lip Balm, 1 12.5cmx19cm Makeup Bag, 1 Eyebrow Cream, 1 Primer, 1 Powder Puff, 1 Mascara) 17 2 Pc Makeup Kit Organizer, 50cmx39.5cmx21.5cm, Black,046 Glittery, Checkered 18 1 Pc Mirror, Double Sided Folding Mirror, (wxh) 24x 37cm, Weight: 0.532 Kg 19 1 Pc Neck Duster, Weight : 100g , Size : 18x7x7cm 20 1 Roll Neck Strips, (28cmx6.5cm) Self Adhesive, Material: Paper 21 4 Set Plastic Hair Roller, 25mm Assorted, 10-pc Large 22 3 Pc Pomade, 80g, Water-based 23 1 Pack Razor Blades, Durable, Stainless, 100 Pcs, (lxwxh) 14x10x1 24 1 Set Shaver, Abs Material,110-220v, Power: 3w, Size: 16.6x5.8cm, Battery Capacity: 600mah 25 2 Pc Shaving Gel, 195g With Aloe 26 2 Pc Talc Powder, 500g 27 1 Set Trimmer, Rechargable, 2 Blades, Power: 50-60 Hz, Voltage:100-240v, Dimension: 11.5x6.5x3cm 28 4 Pc Wide-tooth Comb, 16cm Plastic, Durable 29 1 Pc Wide-tooth Comb, Size: Approximately 21.5x5 Cm, Plastic Material Lot 5 - Sewing 1 7 Set Ball Point Pins, 250 Pcs Per Box With 8 Colors; Durable 2 8 Unit Bobbin Case, Diameter: 20.3mm Width: 11.7mm 3 8 Pc Bobbin, Diameter: 20.3mm Width: 11.7mm 4 4 Set Dressmaker's Shears, Material: Stainless Steel; Item Dimensions: Approximately 0.8" (l) X 3.9" (w) X 10" (h); Blade Length: 8"; Item Weight: Approximately 8.8 Ounces 5 1 Pc Edging/ Overlock Sewing Machine, Metal Material; Overlocker; 1 Stitch; Dimension(lxwxh) 12x13x14 6 3 Pc Electric High Speed Sewing Machine, Power: 90w; Rated Voltage: 220v; Gross Weight: About 7kg; Max Sewing Speed: 1,100 Stiches/min; Materials: Stainless Steel Needle Plate, Metal Frame; Dimensions: Approximately 44cm (l) X 16cm (w) X 28cm (h); Voltage: 220v, Secondary Lifting Height Or Presser Foot: 14mm; Needle Pitch: From 0-4.5mm, Needle Width: From 0-7.0mm 7 4 Pc Flat Iron, 1200w; Stainless Steel Sole Plate; Power Light Indicator; With Steaming/spray Function 8 4 Set French Curve, Dimension(21.65x0.39x7.09); 4.6 Ounce; Made Of Aluminum Or Plastic 9 4 Pc L-square, Material: Stainless; Item Weight: 0.32oz; Product Dimensions: Approx. 14" (l) X 24" (w) 10 1 Pc Manual Sewing Machine With Motor And Foot Controller, Metal Material, Heavy Duty, 9kg Weight, 1 Stitch Dimensions, (lxwxh) 12x13x14 11 4 Unit Meter Stick, Yellow Color; Wood Type 12 4 Pc Needle Threader, Metal Material; Oval Shape; 1 Inch Size 13 31 Pack Sewing Machine Needle, Flat Needles 10pcs/pack 14 11 Pc Sewing Threads 12pcs/box, Material: Cotton; Package Dimensions: Approx. 5.71" (l) X 3.74" (w) X 2.36" (h); Thread Size: Approx. 56mm (h) X 22mm (w); 550 Yards Each Roll 15 25 Pc Tailor’s Chalk, Square Shape; Orange Color;fades Or Brushes Away Easily 16 4 Pc Tape Measure, Material: Durable Soft Plastic; Color: Blue; Measurements: Inches (can Measure Upto 60") And Centimetres (can Measure Upto 150cm) Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx 2. Delivery Of The Goods Is Required Ninety (90) Calendar Days Delivery Period And Upon Receipt Of Notice To Proceed And Purchase. Bidders Should Have Completed, Within Two (2) 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 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. 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Mercedes, Camarines Norte-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours - 8:00 Am-12:00 To 1:00 Pm-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 14, 2024 Until 8:30 Am Of January 6, 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 Five Thousand Pesos Only Php5,000.00. 6. The Local Government Unit Of Mercedes, Camarines Norte Will Hold A Pre-bid Conference On December 23, 2024 9:00am At Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, On Or Before 8:30am January 6, 2025. 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 9:00 Am Of January 6, 2025 At The Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Mercedes, Camarines Norte, 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. 11. For Further Information, Please Refer To: Macario B. Totanes Municipal Planning And Development Office Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0998-576-8321 Arsenia M. Ordiales Bac Secretariat Bids And Awards Committee Office 2nd Floor Jpl Sports Complex, Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0908-896-9684 Email Address: Lgubac.mercedes@yahoo.com 12. You May Visit The Website: For Downloading Of Bidding Documents: Www.mercedes.gov.ph December 13, 2024 ________________________________ Macario B. Totanes Bac Chairman
Closing Date6 Jan 2025
Tender AmountPHP 2.7 Million (USD 46.9 K)
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Contact Information|4|n792.06|s8r|215-697-0275|patrick.j.horan23.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|x||||||||
inspection And Acceptance Of Supplies|26|x||||||||||||x||||||||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo Type ||tbd|n00383|tbd|tbd|see Schedule|tbd|||||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect|||||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (nov 2023)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American--balance Of Payments Program (feb 2024)|1||
royalty Information (apr 1984)|1||
annual Representations And Certifications (may 2024)|12|332439|600|||||||||||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
interested Vendors Should Submit A Tiered Pricing Repair Proposal.
please Submit An Evaluation Price As Well As Pricing For Minor, Moderate, And Major Repair Tiers.
\
navsup Wss Has Been Granted A Class Deviation (cl-00-203) That Permits Us To Use The Award Forms Currently Available In Our Automated Procurement System Instead Of The Sf 1449 When Conducting Procurements For Commercial Items.
this Procurement Is Being Conducted In Accordance With Far Part 12, Acquisition Of Commercial Products.
information Appearing On The Face Of The Dd Form 1155 Or Sf 26 That Conflicts With Clauses Or Provisions Contained Elsewhere In This Solicitation Shall Be Disregarded.
addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products Under Paragraph(a) "inspection And Acceptance" Add The Following:
1. Far Clause 52.246-2 Inspection Of Supplies-fixed Price Applies As Amended Herein. All Product Audits Performed At The Discretion Of The Dcma Qar Shall Be Conducted By Witnessing Contractor Inspections Or Tests On A Non-interference Basis.
erference Basis.
2. The Contractor Shall Maintain A Quality System That Addresses The Elements Of Iso9001-2000/as9100b, Quality System Model For Quality Assurance In Design/development, Production, Installation And Servicing, And A Calibration System That Addresses The Elements Of
Iso-10012-1, Ansi/ncsl Z540 Or An Equivalent Program Approved By The Navy.
3. The Government Reserves The Right To Assess The Contractor's Compliance To Its Documented Quality System Throughout The Performance Of This Contract. The Quality System Shall Be Made Available To The Government For Their Review And Use. The Acceptance Of
non-conforming Supplies Is A Prerogative Of And Shall Be As Prescribed By The Government. The Government Reserves The Right To Disapprove The Quality System Or Portions There Of When It Fails To Meet Its Intended Objectives.
eserves 4. The Contractor Shall Not Make Any Configuration Changes, Engineering Changes Or Part Number Changes To The Contract/purchase Order Items, Including, But Not Limited To, The Item's Hardware, Software Or Firmware, Unless Approved By The Procurement
contracting Officer (pco). In Addition, Approval By The Appropriate Technical Authority May Also Be Required. Guidance On How To Submit A Proposed Engineering Or Part Number Change May Be Obtained From The Pco.
5. The Contractor Shall Not Manufacture Any Item For Acceptance By The Government That Incorporates A Known Departure From Technical Or Contractual Requirements Unless A Request For A Deviation Has Been Approved. Authorized Deviations Are A Temporary Departure
from The Requirements Only And Do Not Authorize A Change To The Item's Configuration Baseline. Any Deviation, Major Or Minor, Must Be Approved By The Pco Prior To Acceptance.
the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. In Addition To Price, The Following
non-price Evaluation Factor Shall Be Used To Evaluate Offers And Are Listed In Descending Order Of Importance.
relevant Past Performance
technical Capability
the Non-price Evaluation Factors, When Combined, Are Significantly More Important Than Price. There Are No Subfactors.
the Government Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From Any And All Sources Including Sources Outside Of The Government. Offerors Lacking Relevant Past Performance History Will Not Be Evaluated Favorably Or
unfavorably On Past Performance. The Government Will Consider The Quality Of An Offeror's Relevant Past Performance. This Consideration Is Separate And Distinct From The Contracting Officer's Responsibility Determination. The Assessment Of The Offeror's R
relevant Past Performance Will Be Used As A Means Of Evaluating The Relative Risk Of The Offeror And Other Competitors In Successfully Meet The Requirements Of The Rfp. In Determining The Rating For The Past Performance Evaluation Factor, The Government Will Give
Greater Consideration To The Contracts Which The Government Feels Are Most Relevant To The Rfp.
the Government Reserves The Right To Award The Contract To Other Than The Lowest Priced Offeror.
page Limitation-excluding The Cover Page, Table Of Contents, Past Performance Project Forms The Technical Capability Proposal Is Limited To Fifteen (25) Pages In At Least 11pt. Font And 1" Margins. Pages In Excess Of This Limitation Will Not Be Evaluated. The
pages Excluded From Evaluation Will Be At The Discretion Of The Agency.
contractors Are Informed That It Is The Government's Desire To Make Award On Initial Proposals When Deemed Possible By The Contracting Officer, However The Government Reserves The Right To Communicate And/or Negotiate With Offerors If Later Determined Necessary.
none Price Proposal (all Non-price Factors) -the Contractor Is Required To Submit The Following Non-price Information:
1. Relevant Past Performance:
the Contractor Is Provided An Opportunity To Demonstrate Relevant Past Performance On Contracts Currently Being Performed Or Performed Within The Past Three (3) Years. The Government Will Determine Relevance By Analyzing The Scope And Magnitude Of The Reference
contracts And Comparing Them To The Instant Requirement. The Government Reserves The Right To Evaluate Submitted Projects Individually Or In The Aggregate In Order To Determine Relevance And Will Do So Consistently Across All Evaluated Offers. The Government
will Consider The Quality Of The Contractor's Relevant Past Performance.
reference Contracts:
A. The Contractor May Submit Up To A Maximum Of Three (3) Contracts For Evaluation. The Government Reserves The Right To Obtain Information From Sources Other Than Those Identified By The Contractor.
2. Technical Capability
the Government Desires That Offerors Demonstrate Technical Capability To Satisfy The Government's Requirements. The Offeror's Response Will Be Evaluated To Determine Whether Its Response Poses Risk To Performance Or Whether It Will Result In Better Value To The
government. In Response To This Evaluation Factor, Offerors Shall Address Its Manufacturing Equipment; Inspection Method Sheets; Incoming Inspection Sheets; Process Sheets; Quality System Compliance; Welding Certification.
in Responding To The Above Areas Of The Technical Capability Factor, It Is Incumbent Upon The Offeror Provide A Level Of Detail The Demonstrates To The Government's Satisfaction That The Offeror Has The Technical Capability To Perform The Requirement. If The
proposal Lacks Sufficient Detail, It May Result In The Government Assessing Risk In The Proposal. While There Is No Prescribed Method For Demonstrating Technical Capability, The Below Are Items Of Interest To The Government That The Contractor May, At Its
discretion, Address To Assist The Government In Gaining An Understanding Of The Offerors Technical Capability. Offerors Are Cautioned That While These Areas Of Interest Are Not Mandatory Elements That Are Required To Be Addressed, Failure To Address Them Or
comparable Indicia Of Technical Capability, May Limit The Government's Understanding Of Technical Risk And Result In The Assignment Of Commensurate Risk. Offerors Are Also Notified That Some Of These Indicia Of Capability Are Overlapping, I.e., Two Or More May
evidence The Same Facet Of Capability.
certification Of Possession Or Access To The Following Equipment:for Aluminum And Steel Welded Containers, & Bladebox/riveted Construction
1.brake Press
2.extrusion Dies
3.cnc Machining Center(s) Capable Of Lathe And/or Milling Operations
copies Of Inspection Method Sheets Used In-process And/or At Final Inspection
copies Of Incoming Inspection Documents That Show Material Certificates Of Conformance, And If Applicable, Dimensional Conformance
process/operation Sheets To Show Ability To Conform To Drawing Requirements In The Following Areas: Weld Preparation; Welding Procedure Specifications Production Lot Testing
proof Of Compliance To Iso9001, And/or, As9100.
applicable Up-to-date Welder Certifications Showing Highest-level Certification Obtained Aws D1.1 For Steel, Aws D1.2 Or Mil-w-22248,class 4 For Aluminum, Aws D1.3 For Sheet Steel And Aws D1.6 For Stainless Steel.
if The Offeror Address Any Or All Of The Above, Or Provides Comparable Indicia Of Capability, It Is Encouraged To Provide Supporting Evidence And Detail, Such As But Not Limited To Receipts, Certifications, Drawings, Test Results/ Logs, Maintenance Records,
calibration Records, Inspection Reports, Audits, Etc. The Weigh Accorded To Supporting Evidence Will Be At The Discretion Of The Government.
the Technical Capability Proposals Will Be Evaluated To Determine The Risk Of Unsuccessful Performance As Well As Relative Risk Compared To Other Offerors.
repair Turnaround Time (rtat) Definition: The Contractual Delivery Requirement Is Measured From Asset Return To The Date Of 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 Rtats Established In The Subsequent Contract.
required Rtat: ## 103 Days After Receipt Of Asset
throughput Constraint: Contractor Must Provide A Throughput Constraint For Each Nsn(s). Total Assets To Be Repaired Monthly After Initial Delivery Commences X/month (contractor Fill In #). A Throughput Of ##____ Per Month Reflects No Throughput Constraint.
Induction Expiration Date: 365 Days After Contract Award Date. Any Asset Received After This Date In Days Is Not Authorized For Repair Without Bi-lateral Agreement Between The Contractor And Navsup Wss
contracting Officer.
reconciliation:a Reconciliation Modification Will Be Issued After Final Inspection And Acceptance Of All Assets Inducted Under The Subsequent Contract. The Parties Have Agreed To A Price (shown On The Schedule Page) For Each Unit At The Negotiated Rtat. Such
prices Are Based On The Contractor Meeting The Rtat Requirements Described Within The Schedule Page. If The Contractor Does Not Meet The Applicable Rtat Requirement, Consideration Will Be Assessed And Subject To Negotiation.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Ordersdelivery 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.
early And Incremental Deliveries Accepted And Preferred.
\
1. Scope
1.1 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.
1.2 Container Shell Material Is ;aluminum; .
1.3 When Discrepancies Exist Between These Requirements And Those On Current
manufacturer's Drawings,contact Code ;buyer On Page 1 Of The Contract; Or Code N241.10
1.4 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With � See Schdule/line Item�,and All Details And Specifications Referenced Therein.
1.5 Articles To Be Furnished Hereunder Shall Be Repaired, Tested And Inspected In Accordance With The Terms And Conditions Specified In The Requirements Section Of This Document.
1.5.1 Any Item Contracted For Repair Shall Have A Statement Of Work To Ensure Compliance With All Repair Procedures And Requirements.
repair Of:
shipping And Storag ;6kh 8145 013574414; Nsn , ;583e001; Part Number, Shall Be Performed Iaw: Shipping And Storag ;ag-830ac-meb-000 Work Package 025 00; Publication (s).
1.5.2 There Will Be No Repair Deviation From The Approved Written Procedures Without Review And Acceptance By The Basic Design Engineer. All Requests For Waiver/deviation Shall Be Via Form 1694 Routed Throught The Local Dcma/aco Office For Review And
recommendations Via Form 1998.
2. Applicable Documents - Not Applicable
3. Requirements
3.1 One Third (1/3) Unit Of Desiccant (mil-d-3464, Type Ii Nondusting) Per Cubic Foot Of Container Interior Volume Shall Be Placed In Desiccant Holder Of Each Container At Time Of Shipment.
3.2 Reference To Cadmium Plating Shall Be Deleted And The Following Substituted: "finish Shall Be Electrodeposited Alkaline Zinc-nickel Alloy In Accordance With Astm B 841 Class 1, Type B, Grade 3."
all Containers Must Be Affixed With A Nameplate That Includes A
unique Identification (uid) Marking As Referenced In The Drawing Package
drawing ;(80132) 15930; And Iaw Mil-std-130 Latest Revision. The Contractor
shall Contact Navicp Code ;contact Buyer On Page 1 Of The Contract; Or Code 0771.10 For The Alphanumeric
sequential Serial Number Group That Makes Up Part Of The Uid.
the Uidwill Be Included On The Nameplate In Data Matrix Format.
contact Code ;buyer On Page 1 Of The Contract; Or Code N241.10 To Arrange For First Article Test Location
when A First Article Is Required, The Contractor Shall Submit A Paper Copy Of The Drawings (size 11" X 17"), Contracts And Approved Ecp's Eco's, Deviations Waivers, And Modifications In The Records Recepticle Or Inside The Container Submitted For The First
article.
3.3 Welding And Welder Qualifications Shall Be In Accordance With Aws D1.1
for Steel, Aws D1.2 Or Mil-w-22248,class 4 For Aluminum, Aws D1.3
for Sheet Steel And Aws D1.6 For Stainless Steel. Proper Controls Shall Be Used To Prevent Melt Through Or Burn Through. For Aluminum, Filler For Welding 6061 Alloy Shall Be 4043: Filler For Welding 5000 Series Alloys
to Themselves Or To 6061 Shall Be 5356 Or 5556. In Addition,welding And
weld Inspection Shall Include:
(1) Visual Inspection Shall Include 5x (5power) Magnification When A Suspect
condition Is To Be Examined Beyond The Capability Of Normal Vision.
(2) Critical And Major Welds May Be Subjected To Further Non Destructive
testing (such As Dye Penetrant Inspection)as Prescribed By The Buying Activity.
(3) Proper Documentation Shall Be Available For Review By Government Personnel.
3.4 Work Instructions. Work Instructions Shall Be Posted At Theoperator's Work Station Giving Procedures To Control The Welding Process, I.e., Filler Material, Weld Size, Electrical And Gas Characteristics, Including Flow Rate.
3.5 Materials And Materials Control. The Quality Program Shall Assure That The Materials Used In Fabrication Or Processing, I.e., Base Metals And Weld Filler Material, Be Inspected And Conform To The Applicable Physical, Chemical And Other Technical
requirements (supplier's Certification Is Sufficient).
3.6 Controls. Weld Filler Materials Shall Be Clearly Identified And Segregated From Each Other Both When In Storage And At The Work Station. Work Station Environment Shall Be Controlled To Prevent Conditions Adverse To Proper Gas Shielding.
3.7 Cleaning. Parts To Be Welded Shall Be Cleaned To Remove Surface Soils Such As Oils, Waxes, Grease, Inks, Etc. Except That Uninhibited Alkaline Solutions Such As Sodium Hydroxide Shall Not Be Used.
3.8 Deoxidizing. The Cleaned Parts Shall Be Chemically Deoxidized No More Than 10 Days Prior To Welding To Remove Thick Surface Oxide Films. (if The Material Or Work Is Exposed To An Outdoor Environment, This Time Limit Shall Be Reduced To A Maximum Of 3 Days,
to Account For Atmospheric Effects.) Mechanical Cleaning Methods Shall Be Applied Just Prior To The Actual Start Of Welding, To Remove Any Reoxidation Or Residual Thin Oxide Films.
3.8.1 Chemical Treatment. An Acid Deoxidizing Treatment Shall Be Applied By Either Immersion Or Brushing/wiping. Deoxidizers Acceptable For Use Shall Include Nitric Acid, Sulfuric Chromic, Phosphoric Chromic, Or Equivalent Solutions. Sodium Hydroxide
solutions Shall Not Be Used. Care Shall Be Taken To Assure 100% Solution Coverage Of The Area To Be Welded. To Allow An Adequately Sized Deoxidized Area For Good Welding, The Solution Shall Be Applied To An Area Extending At Least 2 Inches From The Weld Site,
or Ending At Any Closer Adjacent Edge.
3.8.2 Mechanical Means. Immediately Prior To Welding, Mechanical Cleaning Methods Shall Be Applied To The Weld Areas Previously Chemically Treated To Assure Removal Of Residual Or Reformed Oxides, If Any. Acceptable Methods Of Mechanical Cleaning Include
stainless Steel Wire Brushing, Scraping, Filing, Or Sanding. However, Abrasives Containing Iron And Its Oxides, Steel Wool And Wire, And Copper Alloy Based Wire, Which May Become Embedded With Galvanically Active Metals And Accelerate Corrosion Of Aluminum
alloys Shall Not Be Used. Mechanical Methods Shall Be Vigorous Enough To Adequately Remove Any Residual Oxide Films, But Gentle Enough To Avoid Forming An Excessively Rough Surface In The Comparatively Soft Metal Underneath.
3.9 At Faying Surfaces, Discontinuous Welds, Or Other Areas Where Atmospheric Liquids May Be Retained By Capillary Action, The Crevice Shall Be Sealed Using Sealing Compound Mil-s-81733 Or Equivalent.
3.10 The Shock Mount Listed In The Drawing Package (whether Identified As Sole Source, Recommended, Or Suggested) Has Been Tested And Approved For The Shock Mitigation System Of This Container. No Other Shock Mount May Be Substituted Without Written Permission
of Naval Inventory Control Point, Philadelphia Unless An Alternate Is Specifically Indentified In This Contract. ;no Other Mount; Is An Approved Alternate Mount.
welding And Welder Qualifications Shall Meet Current Aws D1.2 Standards.
additionally, Cleaning Preperations Shall Be In Accordance With Mil-c-5541
and The Cleaning Paragraph Located In The Welding Requirements Section Of The Contract
3.11 1.0 General
3.11.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable
condition.
3.12 2.0 Definitions.
3.12.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order.
3.12.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested
in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled).
3.12.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And
tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired).
3.13 3.0 Scope
3.13.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property,
including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And
shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items.
3.13.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary
facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition:
shipping And Storag ;583e001; P/n, ;6kh 8145 013574414; Nsn, ;ag-830ac-meb-000 Work Package 025 00; Tech Publications
3.13.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow.
repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s).
3.14 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration
management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes
to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change.
3.14.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any
delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A
requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility.
3.14.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall
be Read As The "government Designated Agency"
3.14.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential
diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test.
3.14.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be
used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be
ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of
the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any
disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements.
3.14.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not
included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such
determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi
sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather,
repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract.
3.14.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra).
3.14.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either:
3.14.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The
inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The
contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work.
3.14.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section
6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed.
3.14.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item
and Is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All
units Determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco
prior To Undertaking Repair Of The Item.
after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations
and Dcma Disposal Procedures And Requirements.
3.15 4.0 Parts And Materials
3.15.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And
material Used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein.
authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And
requires Specific Approval By The Pco.
3.15.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications
requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which
require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To
manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own
risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The
government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility.
3.15.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With
the Requirements Of This Contract.
3.15.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall
provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of
such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With
appropriate Pass/fail Criteria Such As Certifications
and Actual Dimensonal Readings.
3.15.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde.
3.15.6
3.16 Source And Location Of Repair Source:
3.16.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed.
shipping And Storag ;tbd; Company Name , ;tbd; Address , ;tbd; Cage Code
inspection Will Be Accomplished On The Contractor's Equipment
3.17 5.0 Contractor Quality Requirements:
3.17.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To
promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality.
3.17.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government.
3.18 6.0 Configuration Management (cm):
3.18.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract).
3.19 7.0 Markings.
3.19.1 Marking Shall Be As Indicated In The Contract When Applicable.
3.20 8.0 Storage;
3.20.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored.
4. Quality Assurance
4.1 The Tests To Be Performed Under The First Article Approval Clause (far 52.209-4) Of The Contract Are Listed Below.
4.1.1 Dimensional Test (special)
;applies;
4.1.2 Requirements Of:
;to Drawing (05259) 583e001 And Sub-drawings As Applicable;
4.1.3 Form:
;applies;
4.1.4 Fit:
;applies;
4.1.5 Function
;applies;
4.1.6 Compliance With Drawing ( ;05259; ) ;583e001; , Revision ;latest; And Specifications Referenced Therein.
4.2 In Addition To The Above Tests, The First Article(s) To Be Delivered Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With Contract Requirements Requirements.
4.3 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Testing.
4.4 The Cost Of The Government Testing Effort Set Forth In This Solicitation Is Estimated To Be $ ;12000; For The First Article Testing. This Cost Factor Will Be Added, For Solicitation Purposes, To The Price Of All Offerors For Whom The Government Will
require Such Testing.
4.5 Disposition Of Fat Samples
4.5.1 ;zero; Sample(s) Shall Not Be Returned To The Contractor Because They Shall Be Destroyed During Testing.
4.5.2 ;all; Unless Otherwise Provided For In The Contract, Sample(s) Shall Be Returned To 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 From 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.
;n/a; Sample(s) Shall Be Returned To The Contractor But Shall Not Be Considered As Production Due.
4.6 Test Sample Coating Instructions
4.6.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative.this Paragraph Does Not Apply To Shipping Containers.
4.7 Fat Approval Criteria
4.7.1 Far 52.209-4 Applies
(a) The Contractors Shall Deliver ;one (1); ; Unit(s) Of The Following Cage ( ;05259; ; ) Part Number ;583e001; ; , Revision ;latest; ; Within ;120; ; Calendar Days From The Date Of This Contract To The Government At
;contact Buyer On Page 1 Of The Contract; ;
marking Of Test Sample(s) Shipping Container Shall Be As Follows, Citing This Contract Number: "for First Article Testing. Not Rfi Material. Do Not Take Up In Stock Contract Number:____________"
for First Article Test, The Shipping Documentation Shall Contain This Contract Number And Lot/item Identification. The Characteristics That The First Article Must Meet And The Testing Requirements Are Specified Elsewhere In This Contract.
(b) Upon Shipment Of First Article Sample(s), Two (2) Copies Of The Material Inspection And Receiving Report (dd Form 250) Bearing The Qar's Signature And Indication Of Preliminary Inspection Shall Be Forwarded To The Navicp- Philadelphia Code Cited In Block
10.a Of Sf33, With Duplicate Copies To Navicp Code 072 And To The Designated Test Facility. The Envelopes Shall Be Clearly Marked: "do Not Open In Mail Room".
within ;90; ; Days After Receipt Of The Samples, The Test Site Shall Complete Testing/evaluation And Submit Two (2) Copies Of Their Test Report With Conclusions And Recommendations To The Navicp Code Cited In Block 10.a Of The Sf33.
(c) Within ;120; ; Calendar Days After The Government Receives 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 Submit An Additional First Article For Testing. After Each Request, 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 Furnish Any Additional First Article To The
government Under The Terms And Conditions And Within The Time Specified By The Government. The Government Shall Act On This First Article Within The Time Limit 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 Deliver 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, The Contractor -
(1) May Deliver The Approved First Article As Part Of The Contract Quantity, Provided It Meets All Contract Requirements For Acceptance And Was Not Consumed Or Destroyed In Testing: And
(2) Shall Remove And Dispose Of Any First Article From The Government Test Facility At The Contractors Expense.
(g) If The Government Does Not Act Within The Time Specified In Paragraph (b) Or (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) The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts Support, And Repair Of The First Article During Any First Article Test.
(i) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Of, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be
allocable To This Contract For (1) Progress Payments, Or (2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government
(j) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To This Effect With Each First Article.
(k) The Contractor Shall Provide Specific Written Notification To The Procuring Contracting Officer Informing Him/her Of The Shipment Of Any Article(s) Furnished In Accordance With This Clause. Such Notification Must Be Addressed To The Attention Of The
navicp Code Specified In Block 10.a Of The Sf33, With Copies To Navicp Code 072 And To The Testing Activity. Failure To Provide Such Notification Shall Excuse The Government From Any Delay In Performing First Article Testing And Informing The Contractor Of
the Results Thereof.
(l) Fourteen (14) Days Prior To Shipment Of First Article Samples, The Contractor Shall Notify The Designated Test Facility In Writing Of The Anticipated Shipping Date, With An Information Copy To The Pco, Navicp Philadelphia, Attn: (cite Code Found In Block
10.a Of The Sf33). The Contractor Shall Also Arrange For Preliminary Inspection Of Test Samples By The Dcmc/qar.
4.8 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, The Naval Inventory Control Point 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:__________
all Costs And Responsibilities Related To The First Article Test Submission Container Shipment To And From The First Article Test Facility Are To Be Borne By The Contractor
4.9 100% Production Leak Test. Each Container, Uninstrumented And Without Dummy Load, Shall Be Raised To A Height Of 18 Inches And Allowed To Fall Freely To A Concrete Or Similarly Hard Surface, Landing Flat On Its Base. The Container Shall Then Be Prepared
for Testing By Sealing All Breathing Devices And Inserting Suitable Pressurized Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. The Pneumatic-pressure Technique Of Method 5009 Of Federal Test Method Standard No. 101c Shall Be
used To Detect Leakage. An Initial Pressure Setting Equal To 1.0 + 0.1 - 0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure In Excess Of 0.05 Psig (adjusted For Changes In Temperature And Barometric
pressure) Shall Be Cause For Rejection.
Warning
container May Explode Or Fasteners May Fail During Test. Use Protective Barriers To Avoid Injury To Personnel.
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
Closing Date21 Feb 2025
Tender AmountRefer Documents
Western Philippines University Tender
Education And Training Services
Philippines
Details: Description 1 1 Copy Advanced Marketing Management/abante, Etc/2024 2 1 Copy Advanced Local Government And Regional Administration Development/abante, Etc/2024 3 1 Copy Advanced Production And Operation Management/abante, Etc/2024 4 1 Copy Advanced Public Fiscal Management, Finance And /abante, Etc/2024 5 1 Copy Assessment Of Learning 1/manas/2024 6 1 Copy Banking And Financial Institutions/bairan/2024 7 1 Copy Capital Markets/bairan/2024 8 1 Copy Charater Formation 1-patrotism And Nationalism/adra, Etc/2024 9 1 Copy Character Formation 2-leadership Making , Management And Administration/adra, Etc/2024 10 1 Copy Character Formation 1- Patriotism And Nationalism 3rd Ed./rondina, Etc/2024 11 1 Copy Character Formation 2-leadership Making , Management And Administration 3rd Ed./literfal, Etc/2024 12 1 Copy Comparative Model In Policing 4th Ed./castillo, Jr./2024 13 1 Copy Comparative Models Of Policing And Philippine National Police Policing ( Based On Prc Tos)/depayso/2024 14 1 Copy Criminological Research 2nd Ed./chavez, Etc/2024 15 1 Copy Criminological Research A Self Study Guide/depayso/2024 16 1 Copy Dispute Resolutions And Crises/incident Management/cano, Etc/2024 17 1 Copy Essentials Of Risk Management/banaag/2024 18 1 Copy Evidence/gabao/2024 19 1 Copy Facilitating Student-centered Teaching & Learning/larioque. Etc/2024 20 1 Copy Financial Analysis And Reporting/bairan/2024 21 1 Copy Financial Markets/bairan/2024 22 1 Copy Forensic Examination On Questioned Documents 5th Ed./alvarez/2024 23 1 Copy Forensic Photography 6th Ed./bulan/magadia/2024 24 1 Copy Fundamentals Of Criminal Investigation And Intelligence/tad-awan/2024 25 1 Copy Handbook In Juvenile Deliquency And Violence Againts Women And Their Children/barican/dausan/abordo/2024 26 1 Copy Human Behavior And Victimology /depayso/2024 27 1 Copy Human Development-understanding Criminal Behavior And Victimology/togana/2024 28 1 Copy Inclusive Education In Early Childhood Settings/boholona, Et Al./2024 29 1 Copy Income & Business Taxation/bairan/2024 30 1 Copy Introduction To Consumer Behavior/pasahol/2024 31 1 Copy Introduction To Criminology /caballero/barican/2024 32 1 Copy Introduction To Criminology/cabrillas, Et Al/2024 33 1 Copy Introduction To Cybercrime & Basic Digital Investigative Analysis 3rd Ed/lagumen/lagumen/2024 34 1 Copy Introduction To Cybercrime Investigation And Environmental Laws And Protection/detran,et Al/2024 35 1 Copy Introduction To Industrial Security Concepts /depayso/2024 36 1 Copy Introduction To Industrial Security Concepts 4th Ed/bobier/2024 37 1 Copy Juvenile Delinquency And Juvenile Justice System 2nd Ed./detran/literal/2024 38 1 Copy Law Enforcement Operationss And Planning With Crime Mapping/tancangco/2024 39 1 Copy Non- Institutional Corrections 3rd Ed/chavez Et Al./2024 40 1 Copy Practical Methods On Roads-bridge & Drainage Structures Construction/porte/2024 41 1 Copy Retail And Wholesale Enterprises/bairan/2024 42 1 Copy Special Crime Investigation With Interview And Interrogation Protocols/domingo/2024 43 1 Copy Special Education Book 1/reyes, Pascual/2024 44 1 Copy Strategic Operations Management 2nd Ed./serrano/2024 45 1 Copy Survey Of Afro-asian Literature/escalada-cordova,uytico/2024 46 1 Copy Principles Of Total Quality Management/pasahol, Etc/2024 47 1 Copy The Contemporary World/mananay,etc/2024 48 1 Copy The Teacher And The School Curriculum/gallardo/ Mañas/ 2024 49 1 Copy Theories Of Crime Causation/salamanca, Et Al/2024 50 1 Copy Teaching And Assessment Of Grammar/manas/2024 51 1 Copy Therapeutic Modalities 3rd Ed./balares Et Al./2024 52 1 Copy The Teaching Profession In The 21st Century/sarandi, Babao/2024 53 1 Copy The Teaching Profession/fernando,et Al/2024 54 1 Copy Traffic Management & Accident Investigation With Driving 2nd Ed./apela, Et Al./2024 55 1 Copy Understanding Marketing Research/mutya/2024 56 1 Copy Vice And Drug Education And Control 4th Ed/cejes/libres/ 2024 57 1 Copy Vice And Drug Education And Control /tad-awan,et Al./2024 58 1 Copy Advance Management Information System/abante,et Al./2023 59 1 Copy Computer Fundamentals/revano/2023 60 1 Copy Data Analytics & Business Intelligence/abante,et Al/2023 61 1 Copy Dispute Resolution And Incident Management/capdos/lud-ayen/2023 62 1 Copy Information Management/cortez/2023 63 1 Copy Franchising/stevens/2024 64 1 Copy Advanced Management Information Management System (mis)/abante,et.al/2023 65 1 Copy Introduction To Application Development And Emerging Technologies/pomperada/2023 66 1 Copy Principles Of Foundation Engineering Based On The National Structural Code Of The Phils. 2015/castro/2023 67 1 Copy Simplified Steel Design Asd & Lrfd Based On Nscp 2015 & Aisc's Steel Construction And Manual 14e/2023/castro 68 2 Copy Teaching Science In The Elementary Grades Vol. 2: Physics, Earth And Space Obe- & Ppst Based/bilbao, Etc/2024 69 2 Copy The Teacher And The School Curriculum Obe Approach/otiner-gallardo/2024 70 2 Copy Theoretical And Practical Textbook On Lesson Planning/ Sanchez/2024 71 2 Copy Ang Bisa Ng Pag Uulit Sa Katutubong Panitikan/yapan, Alvin B./2023 98 2 Copy Introduksiyon Sa Pananaliksik Sa Wika At Panitikan (luzon)/alvarado Et Al/2022 99 2 Copy Introduksiyon Sa Pananaliksik Sa Wika At Panitikan (vizmin)/arbasto Et Al/2022 100 2 Copy Sangguniang Aklat Ng Gramatika At Pagbuo Ng Mapa/alvarado Et Al/2023 101 2 Copy Sinesosyedad: Panunuri Ng Piling Pelikulang Panlipunan/de Leon/2023 102 2 Copy Commissary Food Service/donray/2024 103 2 Copy Readings In Philippine History/dela Vega/2024 104 2 Copy Rizal And The Development Of Filipino Nationalism /garcia, Etc/2023 105 2 Copy Transcendence: Understanding Contemporary Global Dynamics, Issues, And Challenges/calilung And Coronacion/2024 106 1 Copy Environmental And Natural Resources Laws With Commentaries, Annotations… ( Hb)/claridades/2024 107 2 Copy Introduction To Philippine Politics & Governance ( With Basic Constitutional Provisions)/baes & Beler/2024 108 2 Copy Introduction To Philippine Government And Politics With Basic Constitutional Principles 2e/riodique/2024 109 2 Copy Mathematics In Modern World/reynoso, C./2024 110 1 Copy Indigenous Creative Arts/camboles, M./2024 111 1 Copy Understading The Self/vazquez, I./2024 112 1 Copy Understanding The Self: New Normal Edition/palean,et.al/2024 113 2 Copy Biological Chemistry Obe-based/chua,et.al/2022 114 2 Copy Earth Science: Quaternary Earth, The Age Of Humans, 2e/reyes/2023 115 1 Copy Physical Science/santos/2023 116 2 Copy Gender And Society/bacolod, Et Al. /2024 117 2 Copy The Revised Penal Code Book I - Understanding Criminal Law 2nd Edition/tulalian/2024 118 2 Copy Fundamentals Of Criminal Law - Revised Penal Code Book 1/abastillas /manlusoc/2023 119 2 Copy The Revised Penal Code Book Ii, Specific Crimes And Their Elements 2nd Edition/tulalian/2024 120 2 Copy Criminal Procedure A Handbook For Criminology Students 3rd Edition/gabao/ Tulalian/2024 121 2 Copy Basic Criminal Procedure/tulalian/2022 122 2 Copy Introduction To Criminology/magtaan/ Cabrillas/2024 123 2 Copy Introduction To Criminology - A Guidebook For Criminology Instructors And Students/caballero/ Barican/2024 124 2 Copy Introduction To Criminology/rectin/2023 125 2 Copy Theories Of Crime Causation - An Instruction And Learning Guide/caballero/ Barican/2024 126 2 Copy Human Behavior And Victimology/depayso/2024 127 2 Copy Human Development - Understanding Criminal Behavior And Victimology/togana/2024 128 2 Copy Handbook In Human Behavior And Victimology/dausan Et Al/2023 129 2 Copy Professional Conduct & Ethical Standards/lud-ayen/2023 130 2 Copy Police Professional Conduct And Ethical Standards With Police Community Relations/dascil /santos/2022 131 2 Copy Handbook In Juvenile Delinquency And Violence Against Women And Their Children/barican /dausan/ Abordo/2024 132 2 Copy Dispute Resolutions And Crises / Incident Management/caño/2024 133 2 Copy Dispute Resolution And Incident Management/capdos/ Lud-ayen/2023 134 2 Copy The Research Recipe - A Guide To Writing Research Proposals In Criminal Justice (first Serving)/donato/2024 135 2 Copy Criminological Research - A Self Study Guide/depayso/2024 136 2 Copy Criminological Research 2 - A Textbook For Criminology Students/caño/2023 137 2 Copy Comparative Models Of Policing And Philippine National Police Policing (based On Prc Tos 2022)/depayso/2024 138 2 Copy Comparative Models In Policing/moyao/2023 139 2 Copy Introduction To Industrial Security Concepts/depayso/2024 140 2 Copy Law Enforcement Operations And Planning With Crime Mapping/tancangco/2024 141 2 Copy Law Enforcement Operations And Planning With Crime Mapping/taynan /lopez/2023 142 2 Copy Law Enforcement (police) Operations And Planning With Crime Mapping/florendo/2023 143 2 Copy Fingerprint - Uniqueness And Persistency Of Friction Ridge Skin Volume 1/rocamora/2023 144 2 Copy Forensic Science 2 - Personal Identification Laboratory Manual/badua/2023 145 2 Copy Forensic Photography/tad-awan/2023 146 2 Copy Deceptive Minds - Unmasking The Art Of Lie Detection/moyao/2024 147 2 Copy Introduction To The Forensic Sciences/taduran/2024 148 2 Copy Fundamentals Of Criminal Investigation And Intelligence/ Lopez/ Taynan Jr./2024 149 2 Copy Fundamentals Of Criminal Investigation And Intelligence/tad-awan/2024 150 2 Copy Essentials In Criminal Investigation/tamayo/2023 151 2 Copy Fundamentals Of Criminal Investigation With Intelligence 2nd Edition/florendo/2023 152 1 Copy Specialized Crime Investigation With Legal Medicine/dascil /santos/2023 153 1 Copy Special Crime Investigation With Interview And Interrogation Protocols/domingo/2024 154 1 Copy Vice And Drug Education And Control/tad-awan/ Lud-ayen/2024 155 2 Copy Introduction To Cybercrime And Environmental Laws/tad-awan/2024 156 2 Copy Introduction To Cybercrime And Environmental Laws/caño/2023 157 2 Copy Institutional Correction For Criminology Students/villaluz/2024 158 2 Copy Institutional Correction (new Curriculum And Cle Tos Compliant)/tumitit/ Estoque/2023 159 1 Copy Non-institutional Correction (community-based Correction In The Philippines) For Criminology Students/villaluz/2023 160 1 Copy Non-institutional Corrections/danglosi/2023 161 1 Copy Therapeutic Community Modality 1/foronda/2023 162 1 Copy Moral Philosophy And Ethics/bacuyag/2024 163 1 Copy Guiness World Records 2024 164 1 Copy Introduction To Ethics/umali,et Al/2023 165 1 Copy Leisure And Recreation Management For Tourism And Hospitality Industry/cornell/2023 166 1 Copy Living In The Information Technology Era/abante/2023 167 1 Copy Management Science ( Quantitative Methods For Business Operations Research)/sirug/2023 168 1 Copy Methods Of Research In Business Education 2nd Edition/flores/2023 169 1 Copy Professional Conduct And Ethical Standards 2nd Ed./nabe/2023 170 1 Copy Professional Salesmanship/camillar-serrano/2023 Ppc Library 171 1 Copy Criminal Justice System The Philippine Context/atty. Tutalian, V./ 2022 172 1 Copy Introduction To Criminology - A Guidebook For Criminology Instructors And Students/caballero/ Barican/ 2024 173 1 Copy Introduction To Criminology And Psychology Of Crimes/leyaley/2021 174 1 Copy Comprehensive Correctional Administration Handbook With Therapeutic Modalities/apela/2019 175 1 Copy Crime Theories, Causes & Prevention/domingo, C./2023 176 1 Copy Law Enforcement Administration 3rd Edition/manwong / 2021 177 1 Copy Law Enforcement Organization And Administration Inter-agency Approach / Taynan /lopez / 2021 178 1 Copy Comparative Models In Policing/moyao/2021 179 1 Copy Comparative Models Of Policing And Philippine National Police Policing (based On Prc Tos 2022)/2024/depayso 180 1 Copy Comparative Models In Policing 3rd Ed./ Castillo / 2023 181 1 Copy Institutional Correction For Criminology Students/ Villaluz/2024 182 1 Copy Introduction To Industrial Security Concepts/ Depayso / 2024 183 1 Copy Introduction To Industrial Security Concepts 3rd Ed. D. Bobier/2023 184 2 Copy Special Crime Investigation 1 With Legal Medicine Instructional Modules/ Rogo, A./2022 185 2 Copy Special Crime Investigation With Interview And Interrogation Protocols/ Domnigo/ 2024 186 2 Copy Special Crime Investigation With Legal Medicine 2nd Ed./2023/pltcol Sabino-diangson 187 2 Copy Character Formation 2 - Leadership, Decision Making, Management And Administration 2nd Ed/b. Literal .et.al/2023 188 2 Copy Character Formation 1 Nationalism And Patriotism 2nd Edition/caballero/ Barican/2023 189 2 Copy Forensic Photography For Criminology Students And Practitioners With Laboratory Manual 3rd Edition/2022/villarba 190 2 Copy Forensic Photography 5th Ed./m.e. Bulan/m.e. Magadia/2023 191 2 Copy Fingerprint Uniqueness Abd Persistency Of Friction Ridge Skin Vol. 1/rocamora/ 2023 192 2 Copy Fingerprint Identification (do Fingerprints Lie?)/ Leyaley/2021 193 2 Copy Human Rights Education 2nd Ed. /l.c. Rondina/m. Seguido/2023 194 2 Copy Human Rights Education A Textbook Fro Criminal Justice Education Students And Law Enforcers/tantangco And Orlain, Jr./2022 195 2 Copy Police Professional Conduct And Ethical Standards With Police Community Relations/dascil & Santos/2022 196 2 Copy Technical English 1 & 2 (legal Forms) For Criminology Students/balares/2023 197 2 Copy Technical English ( Investigative Report Writing) For Criminology Students/zaspa & Manlangit/2022 198 2 Copy Therapeutic Community Modality 1/2023/foronda 199 1 Copy Compendium Of Laws On Taxation Revised Ed, Year 2023/dascil, R./2023 200 1 Copy Basic Approach To Income Taxation/ Dimaapao/2021 201 2 Copy Income & Business Taxation/ Basiran/2024 202 1 Copy Income Taxation Laws Principles And Applications 2023-2024 Edition. Banggawan/2023 203 1 Copy Introduction To Special Civil Action/tulalian, V.t./2021 204 2 Copy Introduction To Public Administration 2e/bihasa, Cr./2022 205 2 Copy Pricing Strategy Obe Approach/agustin-acierto, M/2022 206 2 Copy Administrative And Office Management 1e/ Magno, R./2024 207 2 Copy Basic Financial Management In The Philippine Setting Obe Approach/martin, M/2022 208 2 Copy Business Laws And Regulations /dela Cruz-cada/2021 209 2 Copy The Law On Obligations And Contracts/de Leon, H./2021 210 2 Copy Essentials Of Administrative Office Management/sergote/2022 211 2 Copy Executive Leadership Advisory & Development: A Comprehensive Guide For Graduate Program Students/2024 212 1 Copy Ethics In Public Service ( Hb)/ Aquino/2023 213 1 Copy Public Fiscal Policy And Administration (hb)/gupta, S./2023 214 1 Copy Destination Management & Marketing/arenas/2022 215 1 Copy Macro Perspective Of Tourism And Hospitality/yeung/2023 216 1 Copy Marketing For Tourism And Hospitality Obe Approach/camilar-serrano, A./2020 217 1 Copy Micro Perspective Of Tourism And Hospitality/bajao Et.al/2022 218 1 Copy Kitchen Essentials & Basic Food Preparation/remaneses, Et.al/2023 219 1 Copy Kitchen Essenttials And Basic Food Preparation 2e/velasquez/2024 220 1 Copy Cost Control In Hospitality Industry/fababaer,et.al/2020 221 1 Copy Strategic Management In Tourism And Hospitality Industry W/ Total Quality Mgt./vizconde Et. Al/2021 222 1 Copy Supply Chain Management In Hospitality Industry 2e/de Castro, K/2024 223 1 Copy Ergonomics And Facilities Planning For The Hospitality Industry 2e/ Mendoza/2024 224 1 Copy International Business & Trade /lopez-mariano, N/2023 225 1 Copy International Business & Trade Obe Approach/martin, M./2021 226 1 Copy Synergizing E-commerce, Social Media, And Dropshipping: Navigating The Path To Success & Customer Satisfaction Obe Approach/garcia,et.al/2023 227 1 Copy Total Quality Management Obe Approach 2e/camilar-serrano, A./2023 228 1 Copy Banking And Financial Institutions/ Bairan/2024 229 1 Copy Personal Finance 2022 Edition/cabrera/2022 230 1 Copy Financial Management 1e/yu/2024 231 1 Copy Foundations Of Special And Inclusive Education/aligada-halal,et.al/2020 232 1 Copy Transformissional Values Education/2020 233 1 Copy Rural Development (administration And Planning)/ 9789350147801/ Gautam/2024 234 1 Copy Encyclopedia Of Science And Technology/chandra/ 2023/ 9781774693872 235 1 Copy Public Administration: Partnerships In Public Service/edwards/2024/9781639878246 236 1 Copy Microeconomics/mcconnell/23rd/9781266107887 237 1 Copy Education, Social Reform And Philosophical Development: Evidence From The Past, Principles For The Future/pring/2022 238 1 Copy Government Budgeting/kumar/2022/9789394137134 239 1 Copy Entrepreneurship And Innovation/kaur/9789392407918 240 1 Copy Attitude Of Moral Values/balakrishnan/2022 241 1 Copy Fieldwork Training In Social Work/parkash/2022 Busuanga Library 242 2 Copy Risk Management W/ Haccp As Applied To Safety, Security And Sanitation 2nd Edition/mylene Yeung/2025 243 2 Copy Macro Perspective Of Tourism And Hospitality 2nd Edition/mylene Yeung/2025 244 2 Copy Micro Perspective Of Tourism And Hospitality 2nd Edition/mylene Yeung/2025 245 2 Copy Philippine Culture And Tourism Geography 3rd Edition/mylene Yeung/2025 246 2 Copy Quality Service Management In Tourism And Hospitality 3rd Edition/chester Arenas/2024 247 2 Copy Tourism And Hospitality Marketing 2nd Edition/chester Arenas/2025 248 2 Copy Professional Development And Applied Ethics /chester Arenas/2022 249 2 Copy Legal Aspect In Tourism And Hospitality 2nd Edition/melinda Bascos/2024 250 2 Copy Entrepreneurship In Tourism And Hospitality /chester Arenas/2022 251 2 Copy Multicultural Diversity In Workplace 2nd Edition/mylene Yeung/2025 252 2 Copy Introduction To Meetings, Incentives Conferences And Events Management/chester Arenas/2025 253 2 Copy Applied Business Tools And Technologies 3rd Ed/james Saycip/2025 254 2 Copy Supply Chain Management In Hospitality Industry 2nd Ed/ Kyla De Castro/2024 255 2 Copy Medical And Wellness Tourism/porbile/2024 256 2 Copy Fundamentals Of Culinary Arts/santillan/2024 257 2 Copy Bread And Pastry/portman/2025 258 2 Copy Cookery Ncii/villasis/2025 259 2 Copy Human Resource Management In Hospitality And Tourism Industry/escobar/2024 260 2 Copy Trends And Issues In The Hospitality Industry/2026 261 2 Copy Ergonomics And Facilities Planning For The Hospitality Industry 2nd Ed/lolita Mendoza/2024 262 2 Copy Global Culture And Tourism Geography 3rd Edition/marie Angeles/2025 263 2 Copy Tour And Travel Management 3rd Edition/sarah-po/2025 264 2 Copy Transportation Management 2nd Edition/james Saycip/2025 265 2 Copy Fundamentals In Food Service Operations/bryan D. Baliste/2023 266 2 Copy Fundamentals In Lodging Operations 3rd Edition/arenas/baliste/2025 267 2 Copy Sustainable Tourism 3rd Edition/marie Angeles/2025 268 2 Copy Tourism Policy Planning And Development/ Dino Et. Al/2022 269 2 Copy Research In Tourism And Hospitality 2nd Edition/lolita Mendoza/2025 270 2 Copy Foreign Language (french And Japanese)/karol Aquino/2025 271 2 Copy Strategic Management W/ Tqm In Tourism And Hospitality Industry/vizconde Et. Al/2023 272 2 Copy Operations Management For Tourism And Hospitality Industry 2nd Ed/vizconde Et. Al/2025 273 2 Copy Heritage Tourism/vizconde Et. Al/2023 274 2 Copy Tour Guiding/vizconde Et. Al/2022 275 2 Copy Cruise Tourism/vizconde Et. Al/2021 276 2 Copy Food And Beverage Labor Cost Control 2nd Edition/lyndsey Velasquez/2024 277 2 Copy Bread And Pastry/karol Aquino/2022 278 2 Copy Meat And Poultry Fabrication 2nd Ed/lolita Mendoza/2024 279 2 Copy Food Processing 2nd Edition/jamille Jaravata/2024 280 2 Copy Tourism Information Management/lyndsey Velasquez/2021 281 2 Copy Culinary Nutrition/ Lolita Mendoza/2023 282 2 Copy Asian Cuisine/jam Melchor/2022 283 2 Copy Philippine Regional Cuisine/jam Melchor/2024 284 2 Copy Gastronomic Tourism/vizconde Et. Al/2021 285 2 Copy Food And Beverage Services/vizconde Et. Al/2025 286 2 Copy Housekeeping Operations 2nd Edition/vizconde Et. Al/2024 287 2 Copy Bar And Beverage Management/vizconde Et. Al/2024 288 2 Copy Room Division Cost Control/arenas/2022 289 2 Copy Menu Design And Revenue Management 2nd Edition/chester Arenas/2024 290 2 Copy Destination Management And Marketing 2nd Edition/chester Arenas/2025 291 2 Copy Quantity Food Production: A Guide For Commercial Cooking Nc Iii/entrata Et. Al/2022 292 2 Copy Banquet And Catering Management/vizconde Et. Al/2025 293 2 Copy Front Desk Operations/vizconde Et. Al/2022 294 2 Copy Tourism Product Development/vizconde/2025 295 2 Copy Recreation And Leisure Management/etrata Et. Al/2022 296 2 Copy International Cuisine/victoriano Et.al/2022 297 2 Copy Food Styling And Design/etrata Et. Al/2025 298 2 Copy Cookery/etrata Et. Al/2022 299 2 Copy Travel Writing And Photography/vizconde Et. Al/2024 300 2 Copy Crowd And Crisis Management/vizconde Et. Al/2022 301 2 Copy Environmental Conservation In Tourism/vizconde Et. Al/2022 302 2 Copy Trends And Issues In Hospitality Industry/etrata Et. Al /2022 303 2 Copy Quick Food Service Operations/etrata/2022 304 2 Copy Culinary Mathematics/santiago/2023 305 2 Copy Data Analytics In Hospitality/jaravata/2024 306 2 Copy Fundamentals Of Food Science And Technology/valle/2024 307 2 Copy Butchery And Fish Mongerie/valle/2024 308 2 Copy Garde Manger/bonfor/2024 309 2 Copy Classical French Cuisine/caridad/2024 310 2 Copy Specialty Cuisine/rabor/2024 311 2 Copy Halal Cookery/marinez/2024 312 2 Copy Gastronomy (food And Culture)/alba/2024 313 2 Copy Oenology (making Of Wine And Spirits)/antomio/2024 314 2 Copy Revenue Management/isla/2024 315 2 Copy Franchising /stevens/2024 316 2 Copy Commissary Food Service/donray/2024 317 2 Copy Accommodation Operations And Management/medalye/2024 318 2 Copy Hospitality And Tourism Facilities Management And Design/gutang/2024 319 2 Copy Agritourism/medalye/2024 320 2 Copy Tourism Property Management And Development/victoria/2024 321 2 Copy Tourism Estate And Integrated Resort Industry/manzano/2024 322 1 Copy Events Management, 2nd Ed./dela Cruz/2024 323 1 Copy Essentials Of Risk Management/banaag/2024 324 1 Copy Facilities Planning & Management, 2nd Ed./serrano/2024 325 1 Copy Front Office System And Procedures, Rev. Ed./lago,lim/2024 326 1 Copy Introduction To Research/sergote/2024 327 1 Copy Learning Research The Easy Way Rev.ed/uriarte/2024 328 1 Copy Mastering Modern Supply Chain For Tourism And Hospitality Industry/maranan,et Al./2024 329 1 Copy Principles Of Total Quality Management/pasahol Et Al./2024 330 1 Copy Productivity And Quality Management 2nd Ed./serrano/2024 331 1 Copy Spanish For Beginners, 2nd Ed./perez,ramonito/2024 332 1 Copy Strategic Management/austria, Etc/2024 333 1 Copy Strategic Management In Tourism And Hospitality Industry/buenaventura,gutierrez/2024 334 1 Copy Strategic Operations Management 2nd Ed./serrano/2024 335 1 Copy Sustanable Tourism: A Comprehensive Guide To Promoting Responsible Travel/maranan, Etc/2024 336 1 Copy The Evolving Landscape Of Strategic Management And Leadership/perida, Arcadio/2024 337 1 Copy Bar And Beverage Management-a Book Of Drinks 2nd Ed./bajao/osorno/2023 338 1 Copy Boarding House/jaileen F. Jimeno/2023 339 1 Copy Ergonomics And Facilities Planning For The Hospitality Industry /buenaventura/2023 340 1 Copy Fundamentals In Lodging Operations/sarah Monson-po/2023 341 1 Copy Fundamentals Of Lodging Operations With Housekeeping Laboratory Manual/bajao/osorno/2023 342 1 Copy Kitchen Essentials And Basic Food Preparation/remaneses, Et Al./2023 343 1 Copy Operations Management In Tourism And Hospitality/buenaventura, Et Al./2023 344 1 Copy Practicum Manual For Tourism And Hospitality Management/taoing,cabugon/2023 345 1 Copy Professional Development And Applied Ethics/cabulay/2023 346 1 Copy Quality Service Management In Tourism And Hospitality/buslon/osorno/2023 347 1 Copy Professional Conduct & Ethical Standards/lud-ayen/moyao/2023 348 1 Copy Quantity Cookery And Catering Management ( A Guide To Students,leading To Commercial Cooking Nc Iii)/prades/2023 349 1 Copy Risk Management As Applied To Safety Security And Sanitation 2nd Ed/somoray/2023 350 1 Copy Sustainable Tourism/bajao/osorno/2023 351 1 Copy Sustainable Tourism/santos/2023 352 1 Copy Applied Business Tools And Technologies In Hotel And Restaurant Management (hrm)/gonzalo, Etc/2023 353 1 Copy Foreign Language I (basic French For Hospitality Management And Tourism I)/ Tomas/2022 354 1 Copy Foreign Language Ii (basic French For Hospitality Management And Tourism I)/tomas/2022 355 1 Copy Tourism Policy Planning And Development/cruz/2022 356 1 Copy Fundamentals In Food Service Operations/yao/2022 357 1 Copy Supply Chain Management In Hospitality Industry/baluyot/2022 358 1 Copy Assessment Of Learning 1/manas/2024 359 1 Copy Charater Formation 1-patrotism And Nationalism/adra/2024 360 1 Copy Character Formation 2-leadership Making , Management And Administration /adra/2024 361 1 Copy Character Formation 1- Patriotism And Nationalism 3rd Ed./rondina/2024 362 1 Copy Character Formation 2-leadership Making , Management And Administration 3rd Ed./literal/2024 363 1 Copy Entrepreneurial Behavior Growth Mindset And Fixed Mindset/pasahol/2024 364 1 Copy Entrepreneurial Management/ybanez/2024 365 1 Copy Facilitating Student-centered Teaching & Learning/larioque,et Al./2024 366 1 Copy First Aid, Rescue And Water Safety: A Self-regulated Learning Module /dogui-is/2024 367 1 Copy Gender And Society/bacolod, Et, Al./2024 368 1 Copy Inclusive Education In Early Childhood Settings/boholona, Et Al./2024 369 1 Copy Introduction To Criminology /caballero/barican/2024 370 1 Copy Introduction To Criminology/cabrillas, Et Al/2024 371 1 Copy Introduction To Research/sergote/2024 372 1 Copy Learning Research The Easy Way Rev.ed/uriarte/2024 373 1 Copy Moral Philosophy And Ethics/bacuyag/2024 374 1 Copy (path-fit 2) Physical Activity Towards Health And Fitness Rhytmic Dance And Social Activities/punzalan,habana/2024 375 1 Copy Promoting Community Change Through Civic Welfare Training Service 2/corpuz/2021 376 1 Copy Special Education Book 1/reyes,pascual/2024 377 1 Copy The Contemporary World/mananay/2024 378 1 Copy The Teacher And The School Curriculum/gallardo/mañas/2024 379 1 Copy Theories Of Crime Causation/salamanca, Et Al/2024 380 1 Copy Therapeutic Modalities 3rd Ed./balares Et Al./2024 381 1 Copy The Teaching Profession In The 21st Century/sarandi, Babao/2024 382 1 Copy The Teaching Profession/fernando,et Al/2024 383 1 Copy Understanding Society And Culture/riodique Iii/2024 384 1 Copy Upscaling Oral Communicationskills In The 21st Century Global Space/gutierrez, Et Al/2024 385 1 Copy Microeconomics Theories And Applications/marcelo/2023 386 1 Copy "technology For Teaching And Learning 1/ronato S. Ballado Marlo D. Alvarez, Alejandro L. Giray Jr./ 2023" 387 1 Copy Code Of Ethics Of Professional Teachers/estrada/2023 388 1 Copy A Course Module For Science In Early Childhood Education/joel Bernal Faustino , Eden Joy Pastor Alata, Antonnette Pawilen/2024 389 1 Copy A Course Module For Science In Early Childhood Education 1e/faustino/2024 390 2 Copy Fundamentals Of Criminal Investigation And Intelligence/tad-awan/2024 391 1 Copy Handbook In Juvenile Deliquency And Violence Againts Women And Their Children/barican/2024 392 1 Copy Human Behavior And Victimology /depayso/2024 393 2 Copy Human Development-understanding Criminal Behavior And Victimology/togana/2024 394 1 Copy Intelligent Leadership Resilience/perida/2024 395 1 Copy Introduction To Cybercrime & Basic Digital Investigative Analysis 3rd Ed/detrane/2024 396 1 Copy Introduction To Industrial Security Concepts /depayso//2024 397 1 Copy Introduction To Industrial Security Concepts 4th Ed/bobier/2024 398 1 Copy Introduction To Philippine Government & Politics With Basic Constitutional Provisions/baes/2024 399 1 Copy Juvenile Delinquency And Juvenile Justice System 2nd Ed./detran/2024 400 1 Copy Law Enforcement Operationss And Planning With Crime Mapping/tancangco/2024 401 1 Copy Learn And Enjoy Intermediate Statisitcs The Easy Way-advanced Volume 2 Rev. Ed/uriarte/2024 402 1 Copy Learn And Enjoy Statisitcs The Easy Way-basic Volume 1 Rev. Ed/uriarte/2024 403 1 Copy Microeconomics Numerical And Computational Approach/paurom/2024 404 1 Copy Non- Institutional Corrections 3rd Ed/chavez/2024 El Nido Library 405 1 Copy Introduction To Criminology/caballero/barican/2024 406 1 Copy Introduction To Criminology / Cabrillas, Et. Al/2024 407 1 Copy Facilities Planning & Management, 2nd Ed./serrano/2024 408 1 Copy Events Management, 2nd Ed./dela Cruz/2024 409 1 Copy Concepts And Approaches In Inventory Management And Control/banaag, Et.al/2024 410 1 Copy Entrepreneurial Behavior Growth Mindset And Fixed Mindset/pasahol, Et.al/2024 411 1 Copy Essentials Of Risk Management/banaag/2024 412 1 Copy Front Office System And Procedures, Rev. Ed./lago, Lim/2024 413 1 Copy Handbook In Juvenile Deliquency And Violence Againts Women And Their Children/boholona, Et. Al/2024 414 1 Copy Moral Philosophy And Ethics/bacuyag/2024 415 1 Copy Multicultural Diversity In The Tourism Hospitality Workplace: A Comprehensive Guide For Professionals/maranan, Et.al/2024 416 1 Copy (path-fit 2) Physical Activity Towards Health And Fitness Rhytmic Dance And Social Activities/punzalan, Habana/2024 417 1 Copy Promoting Community Change Through Civic Welfare Training Service 2/briones, Et.al/2024 418 1 Copy Strategic Management In Tourism And Hospitality Industry/buenaventura,gutierrez/2024 419 1 Copy Sustanable Tourism: A Comprehensive Guide To Promoting Responsible Travel/maranan, Et.al/2024 420 1 Copy The Teaching Profession In The 21st Century/sarandi, Babao/2024 421 1 Copy Teaching And Assessment Of Grammar/manas/2024 422 1 Copy Understanding Society And Culture/riodique Iii/2024 423 1 Copy Vice And Drug Education And Control /tad-awan,et Al./2024 424 1 Copy Juvenile Delinquency And Juvenile Justice System 2nd Ed./detran/2024 425 1 Copy Introduction To Philippine Government & Politics With Basic Constitutional Provisions/baes/2024 426 1 Copy Human Development-understanding Criminal Behavior And Victimology/togana/2024 Canique Library 427 1 Copy Entrepreneurial Behavior Growth Mindset And Fixed Mindset/pasahol, Et.al/2024 428 1 Copy An Eye For Art Appreciation: Perception And Expression,2nd Ed./sonsona, Et.al/2024 429 1 Copy Gender And Society/bacolod, Et.al/2024 430 1 Copy Introduction To Philippine Government & Politics With Basic Constitutional Provisions/baes/2024 431 1 Copy The Life And Works Of Rizal/sanchez, Et.al/2024 432 1 Copy The Contemporary World//mananay, Et.al/2024 433 1 Copy Understanding Society And Culture/riodique Iii/2024 434 1 Copy Upscaling Oral Communicationskills In The 21st Century Global Space/gutierrez, Et Al/2024 435 1 Copy Organic Farming/loreto/2021 436 1 Copy Organic Fungicides/loreto/2021 437 1 Copy Organic Gardening/loreto/2021 438 1 Copy Mathematics In Modern World/reynoso, C./2024 439 1 Copy Nstp 1 Guide In Civic Welfare Training Service/lonez/2023 440 1 Copy Physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program/punzalan,et Al/2023 441 1 Copy Physical Activities Towards Health And Fitness( Pathfit 2) Combative Sports & Outdoor Recreational Activities/bulatao, Et Al/2023 442 1 Copy Biological Chemistry Obe-based/chua,et.al/2023 Culion Library 443 1 Copy Understanding Society And Culture/riodique Iii/2024 444 2 Copy Upscaling Oral Communicationskills In The 21st Century Global Space/gutierrez, Et Al/2024 445 1 Copy Organic Farming/loreto/2021 446 1 Copy Organic Fungicides/loreto/2021 447 1 Copy Organic Gardening/loreto/2021 448 1 Copy Mathematics In Modern World/reynoso, C./2024 449 1 Copy Nstp 1 Guide In Civic Welfare Training Service/lonez/2023 450 1 Copy Physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program/punzalan,et Al/2023 451 1 Copy Physical Activities Towards Health And Fitness( Pathfit 2) Combative Sports & Outdoor Recreational Activities/bulatao, Et Al/2023 452 1 Copy Biological Chemistry Obe-based/chua,et.al/2023 453 1 Copy Entrepreneurial Behavior Growth Mindset And Fixed Mindset/pasahol, Et.al/2024 454 1 Copy An Eye For Art Appreciation: Perception And Expression,2nd Ed./sonsona, Et.al/2024 455 1 Copy Gender And Society/bacolod, Et.al/2024 456 1 Copy Introduction To Philippine Government & Politics With Basic Constitutional Provisions/baes/2024 457 1 Copy The Life And Works Of Rizal/sanchez, Et.al/2024 458 1 Copy The Contemporary World//mananay, Et.al/2024 Rio Tuba Library 459 1 Copy Mathematics In Modern World/reynoso, C./2024 460 1 Copy Art Appreciation 2e/sanchez,et.al/2023 461 1 Copy Art Appreciation For College Students/leano/2018 462 1 Copy Ethics/mondares,r/2024 463 1 Copy Understading The Self/vazquez, I./2024 464 1 Copy Environmental Science For All/cobar, L./2022 465 1 Copy Environmental Science/calimlim/2021 466 1 Copy Nstp 1 Guide In Civic Welfare Training Service/lonez/2023 467 1 Copy Physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program/punzalan,et Al/2023 468 1 Copy Physical Activities Towards Health And Fitness( Pathfit 2) Combative Sports & Outdoor Recreational Activities/bulatao, Et Al/2023 469 2 Copy Physical Activities Towards Health And Fitness Pathfit 2( Exercise-based Fitness Activities/ballecer,et Al/2023 470 2 Copy Physical Activity Towards Health And Fitness 3 (path-fit 3 )menu Of Dance/punzalan, Et Al./2023 471 2 Copy Physical Activity Towards Health And Fitness ( Path-fit 4 Sports)individual/dual And Team Sports/bulatao, Et Al/2023
Closing Date7 Feb 2025
Tender AmountPHP 430 K (USD 7.3 K)
Municipality Of Isabela, Negros Occidental Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Negros Occidental Municipality Of Isabela Invitation To Bid For The Bidding Of Rehabilitation/improvement Of Barangay Health Station, Barangay 5, Poblacion, Isabela, Negros Occidental. 1. The Municipality Of Isabela, Through The General Fund Intends To Apply The Sum Of One Million Six Hundred Thousand Pesos (php 1,600,000.00) Only Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Bidding Of Rehabilitation/improvement Of Barangay Health Station, Barangay 5, Poblacion, Isabela, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Isabela Now Invites Bids For The Bidding Of Rehabilitation/improvement Of Barangay Health Station, Barangay 5, Poblacion, Isabela, Negros Occidental. Delivery Of The Goods Required Is One Hundred Twenty (120) Calendar Days. Bidders Should Have Completed, Within Two (2) 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 An Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee, Municipality Of Isabela And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 A.m. – 5:00 P.m. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (p5,000.00) And One Thousand Pesos Only (p1,000.00) For Accreditation Fee. 5. Bids Must Be Delivered To The Address Below On Or Before January 3, 2025, 3:00 P.m. At The Bids And Awards Committee (bac) Office, Municipal Hall, Isabela, Neg. Occ.. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 3, 2025, 3:00 P.m.. At The Bids And Awards Committee (bac) Office, Municipal Hall, Isabela, Neg. Occ.. 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. 6. The Municipality Of Isabela 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. 7. The Bid Price Shall Be Submitted In Lump Sum Not To Exceed The Total Approved Budget For The Contract (abc). 8. For Further Information, Please Refer To: Virginia A. Ariola Bac Primary Secretariat Isabela, Municipal Hall Borromeo St., Brgy. 4, Isabela, Neg. Occ. Cellphone Number : 09317644890 Email Add: Jing.aariola@gmail.com No. Qty. Unit Item Description 1 258.00 Bags Portland Cement 2 8.00 Cu.m 1" Graded Gravel 3 54.00 Cu.m Washed Sand 4 616.00 Pcs 4" Chb 5 23.00 Cu.m Filling Materials 6 9.00 M 1/8 Screen Wire 7 15.00 Length 16mm Dia. Deformed Rebar X 6m 8 21.00 Length 12mm Dia. Deformed Rebar X 6m 9 140.00 Length 10mm Dia. Deformed Rebar X 6m 10 47.00 Length Square Bar 10mm 11 8.00 Length 2 X 6 X 1.2mm C-purlins 12 14.00 Length 2 X 3 X 1.2mm C-purlins 13 6.00 Length 1 X 1/4 Angle Bar 14 6.00 Length 1 X 3/16 Angle Bar 15 2.00 Length 1 X 3/16 Flat Bar 16 7.00 Pcs G.i. Mesh Wire 4 X 8 17 40.00 Ln.m 0.4mm Thk. Long Span Roofing (green) 18 5.00 Sheet 0.40mm Corr. G.i. Sheet 12' 19 26.00 Sheet 0.40mm Corr. G.i. Sheet 8' 20 2.00 Roll 0.40mm X 8' Gi Ridge Roll 21 9.00 Pcs 0.40mm X 8' Bended Gi Fascia 22 600.00 Pcs 2-1/2 Tekscrew With Neoprene Washer 23 5.00 Can Elastomeric Sealant (1 Liter) 24 17.00 Pcs Steel Drill Bit 1/8" 25 20.00 Pcs Steel Cutting Disc, 4" 26 23.00 Kgs E6013 Welding Rod 27 104.00 Pcs Good Lumber 2 X 2 X 8 28 21.00 Pcs Good Lumber 2 X 3 X 8 29 15.00 Pcs Good Lumber 2 X 3 X 10 30 4.00 Sheet 1/4' Thick Ordinary Plywood 31 3.00 Sheet 1/4" Marine Plywood 32 1.00 Sheet 1/2" Marine Plywood 33 1.00 Sheet 3/4" Marine Plywood 34 33.00 Kgs #16 Gi Wire 35 2.00 Pcs #80 Nylon String 36 19.00 Kgs Assorted Cwn 37 1.00 Kgs 1"finishing Nails 38 4.00 Kgs 1" Concrete Nails 39 15.00 Pcs Metal Studs (0.60mm. X 76mm X 32mm X 3m) 40 191.00 Pcs Furring Channel, Double 0.40mm X 19mm X 50mm X 3000mm 41 68.00 Pcs Board, Fiber Cement 3.5mm X 1200mm X 2440mm 42 4.00 Pcs 1/2" X 12" X 8' Ficem Fascia Board 43 22.00 Pcs 1 X 1 X 10 Cove Moulding 44 7.00 Box 1/8 X 1/2 Blind Rivets 45 4.00 Set 40cm X 40xm Air Vent 46 3.00 Set 1.00m X 2.10m Solid Panel Door W/ 2 X 6 Jamb 47 4.00 Set 0.80m X 2.10m Solid Panel Door W/ 2 X 6 Jamb 48 2.00 Set 0.70m X 2.10m Solid Panel Door W/ 2 X 6 Jamb 49 1.00 Lot 1.00m X 2.10m Steel Door With Fabricated Lock Set And Hinges(see Plan) 50 1.00 Set 1.50m X 2.50m, 2 X 6 Door Jamb 51 17.00 Set Door Knob, Heavy Duty 52 13.00 Pair Loose Pin Hinges, 3 X 3" Heavy Duty 53 8.00 Set 1.50m X 1.20m.x 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 54 2.00 Set 0.60m X 0.60m.x 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Awning Window 55 2.00 Set 2.10m. X 1.10m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 56 1.00 Set 0.70m. X 0.64m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 57 2.00 Set 1.40m. X 0.46m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 58 1.00 Set 2.10m. X 0.46m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 59 2.00 Set 0.70m. X 0.46m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 60 1.00 Set 1.70m. X 1.40m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 61 3.00 Set 0.70m. X 0.55m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 62 1.00 Set 2.40m. X 1.20m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 63 4.00 Set 1.80m. X 1.20m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 64 1.00 Set 0.60m. X 1.20m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 65 1.00 Set 0.80m. X 1.20m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 66 1.00 Set 0.60m. X 0.60m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 67 1.00 Set 1.13m. X 1.20m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 68 1.00 Set 1.30m. X 1.20m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 69 1.00 Set 0.80m. X 1.20m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 70 1.00 Set 1.86m. X 1.20m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 71 1.00 Set 0.65m. X 0.43m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Awning Window 72 1.00 Set 1.88m. X 1.20m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 73 880.00 Pcs 0.60m X 0.60m Vitrified Tiles 74 25.00 Pcs 0.10m X 0.30m Border Tiles 75 4.00 Pcs Tile Trim 76 57.00 Bags Tile Adhesive, 25kgs 77 5.00 Pcs Tile Cutting Disc 78 13.00 Gal Elastomeric Roofing Paint 79 8.00 Gal Flat Latex White 80 33.00 Pail Semi-gloss Latex White 81 9.00 Gal Tile Red Latex Paint 82 30.00 Quart Tinting Color Latex Paint 83 15.00 Gal Qde White 84 1.00 Gal Qde Mahogany 85 2.00 Gal Qde Black 86 6.00 Gal Metal Primer, Gray 87 2.00 Quart Wood Stain 88 16.00 Bottle Paint Thinner 89 8.00 Bags Skim Coat 90 2.00 Roll Mesh Tape 2" 91 1.00 Bottle Wood Glue, 1kg. 92 2.00 Pcs Putty Knife 93 30.00 Pcs Roller Brush 9" 94 28.00 Pcs Paint Brush 4" 95 13.00 Pcs Paint Tray 96 19.00 Pcs 12watts Led Capsule Bulb With Pvc Receptacle 97 2.00 Set 15watts Led (square Shape Recessed Type Lamp) 98 3.00 Pcs 2 - Gang Convenience Outlet Flush Type 99 2.00 Pcs 1 - Gang Switch Flush Type 100 1.00 Pcs Aircon Outlet 101 5.00 Pcs Pvc Utility Box 102 2.00 Pcs Pvc Junction Box 103 30.00 M Flexible Hose 3/4" 104 25.00 Pcs Electrical Pvc C-clamp 105 1.00 Set 15 Amp Safety Breaker 106 1.00 Set 30 Amp Safety Breaker 107 7.00 Length 1/2" Electrical Pipe 108 60.00 M Thw #12 109 2.00 Pcs Electrical Tape (big) 110 1.00 Set Water Closet With Flush Tank (push Button Type Flush) And Bidet 111 1.00 Pcs 3-way Angle Valve, 1/2" X 1/2" 112 2.00 Pcs Stainless Steel Sink With P-trap And Hose 113 2.00 Pcs Stainless Steel Gooseneck Faucet Lever Type 114 5.00 Pcs 2 X 90 Pvc Elbow 115 5.00 Length Pvc Sanitary Pipe S600, 2" Dia. 116 1.00 Pcs 1/2 Pvc Gate Valve 117 15.00 Pcs 1/2 X 90 Pvc Elbow 118 2.00 Pcs 1/2 Pvc Tee 119 2.00 Pcs 1/2 Pvc Female Adapter 120 9.00 Length 1/2 Pvc Pipe 121 2.00 Pcs Pvc Faucet 122 4.00 Can Solvent Cement (200cc) 123 4.00 Pcs 3/4 Teflon Tape 124 2.00 Pcs Cabinet Handle 125 1.00 Lot Labor
Closing Date3 Jan 2025
Tender AmountPHP 1.6 Million (USD 27.6 K)
Municipality Of Irosin, Sorsogon Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Facility Enhancement/repair & Maintenance(super Health Center) 1. The Local Government Unit Of Irosin, Through The Trust Fund(philhealth) Intends To Apply The Sum Of Seven Hundred Fourteen Thousand Seven Hundred Three Pesos (p 714,703.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Facility Enhancement/repair & Maintenance(super Health Center), Infr-01-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Facility Enhancement/repair & Maintenance(super Health Center) Brief Description: Chb Laying And Plastering/fabrication/installation Of Forms & Rsb And Tile Setting For Lavatories And Counters/installation Of Plumbing And Electrical Fixtures Approved Budget For The Contract : P 714,703.00 Source Of Fund : Trust Fund(philhealth) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Completion Of Works Is Sixty (60) Calendar Days. Bidders Should Have Completed At Least One Similar Project For The Last Five(5) Years And Whose Value, Of The Contract, Adjusted To Current Prices Using The Nso Consumer Price Indices Must Be Equal To 50% Of The Abc To Be Bid. 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 Until January 31, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website 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 (p 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Hold A Pre-bid Conference On January 16, 2025, 9:00am At The Conference Room, Office Of The Municipal Mayor, Municipal Compound, San Julian, Irosin, Sorsogon, 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 31, 2025, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. 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 31, 2025, 9:00 Am At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 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: Benjamin M. Gabionza, Ce Municipal Engineer Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph Email Address: Bengabionza@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Posting: January 9, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Standard Form Number: Sf-infr-07 Revised On: July 29, 2004 Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ A) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives C) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located D) Tax Clearance Per Eo 398 E) Tax Clearance For Collection Purposes Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Completed Within The Last Five(5) Years, Except Under Conditions Provided Under The Rules; And • The Statement Shall Include The Following: (1)name Of The Contract; (2)date Of The Contract; (3)contract Duration; (4)owner’s Name And Address; (5)nature Of Work; (6)contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (7)total Contract Value At Award; (8)date Of Completion Or Estimated Completion Time; (9)total Contract Value At Completion, If Applicable; (10)percentages Of Planned And Actual Accomplishments, If Applicable; (11)value Of Outstanding Works, If Applicable; (12)the Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (13)the Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; ⬜ (d) Valid Pcab License-category B, Size Range Medium A Or Higher/special Pcab License In Case Of Joint Ventures And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. (h) Affidavit Of Site Inspection Financial Documents ⬜ (i) Audited Financial Statement Stamped Received By The Bureau Of Internal Revenue(bir) Or Its Duly Authorized Institutions, For The Immediately Preceding Calendar Year, Which Should Not Be Earlier From Two(2) Years From The Date Of Submission (j) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (k) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (m) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (n) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (o) Cash Flow By Quarter. Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Facility Enhancement/repair & Maintenance(super Health Center), With Project Identification Number Infr-01-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Trust Fund (philhealth) In The Amount Of Seven Hundred Fourteen Thousand Seven Hundred Three Pesos ( P 714,703.00). 2.2. The Source Of Funding Is: Trust Fund(philhealth) 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.1. Subcontracting Is Not Allowed During The Bidding. 7.2. Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On January 16, 2025, 9:00am And Either At Its Physical Address Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon In A Face-to-face Manner As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. A Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Facility Enhancement/repair & Maintenance(super Health Center) I.formworks Ii. Concrete And Masonry And Tile Works Iii. Plumbing Works Iv. Electrical Works V. Painting Works Vi. Doors And Windows Spl-1 Ppe’s Spl-2 Project Signage 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 10.3 The Other Contractor’s License Or Permit Required Is Bir Registration. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Facility Enhancement/repair & Maintenance(super Health Center) Key Personnel General Experience Relevant Experience 1. Foreman 2. Skilled Worker 3.laborer 10.5 Facility Enhancement/repair & Maintenance(super Health Center) The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 1.enough Hand Tools 12 Value Engineering Clause Is Not Allowed. 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Not Allowed. 20 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 3.1 The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 3.2 If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Rehabilitation/improvement Of Brgy. Cawayan Level Ii Water System Gcc Clause 2 Sectional Completion Is Not Applicable Since All Works Must Be Completed Within 60 Calendar Days. 4.1 The Schedule Of Delivery Of The Possession Of The Site To The Contractor, Whether Full Or In Part Is Seven(7) Calendar Days After The Issuance Of The Notice To Proceed(ntp). 6 The Site Investigation Reports Are: Completion Of Existing Constructed Building. 7.2 In Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures: Fifteen (15) Years. In Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures: Five (5) Years. In Case Of Other Structures, Such As Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures: Two (2) Years. 10 A. Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Not Applicable Days Of Delivery Of The Notice Of Award. Not Applicable Since The End-user, Municipal Engineering Office, Was The One Who Made The Program Of Work(pow). 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is Not Applicable. Reason Was Stated In 11.1. 13 The Amount Of The Advance Payment Shall Not Exceed 15% Of The Total Contract Price And Schedule Of Payment. 14 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is 120 Calendar Days After The Commencement Of Works. The Date By Which “as Built” Drawings Are Required Is 60 Calendar Days After The Commencement Of Works. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is Not Applicable. Section Vi. Specifications Specifications Is Provided In The Program Of Work(pow) And Detailed Estimates Section Vii. Drawings Please Seek The Drawings At The Office Of The Municipal Engineer Of Local Government Unit Of Irosin. Section Viii. Bill Of Quantities Rehabilitation/improvement Of Brgy. Cawayan Level Ii Water System Item No. Scope Of Work Quantity Unit 1.direct Cost(dc) I Formworks Ii Concrete And Masonry And Tile Works Iii Plumbing Works Iv Electrical Works V Painting Works Vi Doors And Windows Spl-1 Ppe’s Spl-2 Project Signage 2 Indirect Cost(ic), Contractor’s Mark-up 2.1 Contractor’s Profit(10% Of Direct Cost) 2.2 Ocm(15% Of Direct Cost) 2.3 Vat Component (5% Of Contractor’s Profit+dc+ocm) 2.4 Mobilization 2.5 Utilities(professional Fee’s For Electrical Engineers) Total Cost Of All Line Item Includes Cost Of Contractor’s Profit, Taxes And Ocm. Attached Detailed Cost Estimates Section Ix. Bidding Forms Table Of Contents Bid Form Form Of Contract Agreement Omnibus Sworn Statement Affidavit Of Site Inspection Bid Securing Declaration Bid Form Date: Project Id No.: Infr-01-2025 To: [name And Address Of Procuring Entity] Having Examine The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers ______, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: (a) We Have Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Projects, Facility Enhancement/repair & Maintenance(super Health Center); (b) We Offer To Execute The Works For This Contract In Accordance With The Pbds; (c) The Total Price Of Our Bid In Words And Figures , Excluding Any Discounts Offered Below Is (insert Information); (d) The Discounts Offered And The Methodology For Their Application Are: [insert Information) (e) The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: Value Added Tax, Income Tax, Local Taxes And Other Fiscal Levies And Duties Which Are Itemized Herein And Reflected In The Detailed Estimates; (f) Our Bid Shall Be Valid Within A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; (g) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The Allowable Forms Of The Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines For This Purpose; (h) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (i) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (j) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. (k) We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Facility Enhancement/repair & Maintenance(super Health Center). (l) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Infrastructure Projects(revised) __________________________________________________________________________ This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between [name And Address Of Procuring Entity] (hereinafter Called The“entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: A. Philippine Bidding Documents(pbds) I.drawings/plans; Ii.specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins B. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The Works For The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Contractor: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Municipal Engineer Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Infr-01-2025 Facility Enhancement/repair And Maintenance (super Health Center) Irosin, Sorsogon Standard Form Number: Sf-infr-51 Revised On: August 11, 2004 Affidavit Of Site Inspection I, ________________________, Of Legal Age, _____________, Filipino And Residing At __________________________, Under Oath, Hereby Depose And Say: 1. That I Am The _________________________ Of The ____________________________________________, With Office Address At ______________________________; 2. That I Have Inspected The Site For Facility Enhancement/repair And Maintenance(super Health Center); 3. That I Am Making This Statement As Part Of The Requirement For The Technical Proposal Of The _________________________ Of ___________________________. In Faith Whereof, I Hereby Affix My Signature This ______ Day Of ________, 2025 At _________________________, Philippines. ___________________ Affiant Subscribed And Sworn To Before Me This ____ Day Of _________ 2025, Affiant Exhibiting To Me His/her Community Tax Certificate No. _______________ Issued On ________________ At ______________________________, Philippines. _______________________ Notary Public Until ______________ Ptr No. ______________ Date ______________ Place ______________ Tin ______________ Doc No. __________ Page No. _________ Book No. _________ Series Of _________. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. Infr-01-2025 To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025.
Closing Date31 Jan 2025
Tender AmountPHP 714.7 K (USD 12.1 K)
DEPT OF THE AIR FORCE USA Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: Update 18: 16 January 2025: Updated Question And Answer Document (16 January 2025 Questions And Answers) Has Been Posted In The Attachments Section
update 17: 16 January 2025: Amendment 0005 Has Been Posted To The Attachments Section. Due To This Amendment, The Proposal Submission Date Is Extended To 4 Pm Eastern 21 January 2025 And The Delivery Address Has Been Updated.
update 16: 8 January 2025: The Solicitation Closing Date Has Been Extended To 4 Pm Eastern 17 January 2025. Please Find Amendment 0004 Posted In The Attachments Section.
update 15: 6 January 2025: (1) Solicitation Amendment 0003 Has Been Posted To Incorporate Updated Rfp Attachment 4 - Price Matrix Due To An Inadvertent Incorrect Formula On The Tep Calculation Tab. Updated Rfp Attachment 4 Has Been Posted To The Attachmentts Section And Previous Versions Have Been Deleted To Prevent Duplication; (2) Questions And Answers Have Been Posted To The Attachments Section; (3) A Parts Memo Has Been Uploaded To The Atttachments Section; And (4) Vendors Who Previously Requesteed Data Have Been Provided Additional Data
update 14: 20 December 2024: Solicitation Amendment 0002 Has Been Posted To Incorporate Updated L-900 Attachment 2, Relevancy Table. Please Find Amendment 0002 In The Attachments Section. Previous Versions Of The L-900 Document Have Been Removed To Prevent Duplication.
update 13:12 December 2024: Vendors Who Previously Requested A Copy Of The Tdp Were Provided Additional Drawings On 12/12/2024
update 12: 2 December 2024: A Question And Answer Document (2 Dec 2024 Question And Answers) Has Been Added To The Attachments Section.
update 11:14 November 2024: The Solicitation Response Date Has Been Extended From 2 December 2024 To 15 January 2025. Please See Amendment 0001 Posted In The Attachments.
update 10: 5 November 2024: Section L Has Been Reposted. Updated Section L Includes Instructions For Utilization Of The Ppi Tool. Information Has Been Added To Page 18-26 Of The Section L Document. Prior Version Of Section L Has Been Removed From The Attachments To Prevent Duplication.
update 9: 1 November 2024: Tm-86-01n Has Been Included In Attachments
update 8: 31 October 2024. The Final Solicitation And All Applicable Attachments Have Been Posted. Please Make Note Of The Rfp Return Date Of 2 December 2024 At 4:00 Pm Eastern.
- Due To This Effort Crossing Fiscal Years, The Solicitatiton Number Has Been Updated To Reflect A Fiscal Year (fy) 2025 Solicitation Number. The Solicitation Number Is Hereby Updated To Fa8523-25-r-0002
- An Updated Technical Data Package Is Available For Request. When Requesting The Updated Technical Data Package, Please Utilize The Following Instructions:
- To Request Access To The Updated Technical Data Package, Please Send An Email Request To The Points Of Contact Listed On This Posting. In The Request, Please Provide Your Commercial And Government Entity (cage) Code And A Copy Of Your Dd2345, Militarily Critical Technical Data Agreement.
-to Prevent Duplication, Draft Rfp Attachments Have Been Removed And Final Solicitation Attachments Have Been Added To This Posting
-additionally, To Address Synopsis Requirements Inadvertently Overlooked, Iaw Far 5.207(c)(1)(3)(6)(7) And (9) – The Following Is Applicable To This Effort:
1. 5930-01-333-2196 Ew / Cage: 19397/ Pn 179720-0001 / To Number 12p3-2ale47-4 / Estimated Total Quantity 1,803 Ea / Production Delivery Schedule: 6 Months
2. 5865-01-334-8349 Ew / Cage: 19397/ Pn 179750-0001 / To Number 12p3-2ale47-4 / Estimated Total Quantity 3,603 Ea / Production Delivery Schedule: 6 Months
3. 5865-01-380-8046 Ew / Cage: 22830/ Pn 179740-0002 / To Number 12p3-2ale47-4 / Estimated Total Quantity 263 Ea / Production Delivery Schedule: 10 Months
4. 5865-01-437-3371 Ew / Cage: 22830/ Pn 179730-0005 / To Number 12p3-2ale47-4 / Estimated Total Quantity 382 Ea / Production Delivery Schedule: 12 Months
5. 5865-01-437-3373 Ew / Cage: 19397/ Pn 179730-0006 / To Number 12p3-2ale47-4 / Estimated Total Quantity 774 Ea / Production Delivery Schedule: 12 Months
6. 5865-01-687-1948 Ew / Cage: 98752/ Pn 179730-0010 / To Number 12p3-2ale47-4 / Estimated Total Quantity 28 Ea / Production Delivery Schedule: 12 Months
7. 5865-01-451-2868 Ew / Cage: 22830/ Pn 179250-0003 / To Number 12p3-2ale47-4 / Estimated Total Quantity 3,302 / Production Delivery Schedule: 12 Months
8. 5865-01-527-2187 Ew / Cage: 22830/ Pn 179250-0012 / To Number 12p3-2ale47-4 / Estimated Total Quantity 101 Ea / Production Delivery Schedule: 12 Months
9. 5998-01-357-0599 Ew / Cage: 19397/ Pn 177444-0004 / To Number 12p3-2ale47-3&4 / Estimated Total Quantity 603 Ea / Production Delivery Schedule:12 Months
10. 5998-01-357-0600 Ew / Cage: 22830/ Pn 177425-0005 / To Number 12p3-2ale47-3&4 / Estimated Total Quantity 603 Ea / Production Delivery Schedule: 12 Months
11. 5998-01-357-0601 Ew / Cage: 22830/ Pn 177430-0003 / To Number 12p3-2ale47-3&4 / Estimated Total Quantity 503 Ea / Production Delivery Schedule: 12 Months
12. 5998-01-357-0602 Ew / Cage: 22830/ Pn 177434-0002 / To Number 12p3-2ale47-4 / Estimated Total Quantity 503 Ea / Production Delivery Schedule: 12 Months
13. 5998-01-357-0603 Ew / Cage: 22830/ Pn 177438-0002 / To Number 12p3-2ale47-4 Figure 34/index 8 / Estimated Total Quantity 383 Ea / Production Delivery Schedule: 12 Months
14. 5998-01-388-7062 Ew / Cage: 19397/ Pn 177276-0001 / To Number 12p3-2ale47-4 / Estimated Total Quantity 123 Ea / Production Delivery Schedule: 12 Months
15. 5998-01-333-1980 Ew / Cage: 19397/ Pn 176073-0001 / To Number 12p3-2ale47-4 / Estimated Total Quantity 103 Ea / Production Delivery Schedule: 12 Months
16. 5895-01-335-6069 Ew / Cage: 19397/ Pn 166179-0001 / To Number 12p3-2ale47-3&4 / Estimated Total Quantity 143 Ea / Production Delivery Schedule: 12 Months
17. 5998-01-414-1387 Ew / Cage: 19397/ Pn 175830-0003 / To Number 12p3-2ale47-4 / Estimated Total Quantity 123 Ea / Production Delivery Schedule: 12 Months
18. 5998-01-580-9469 Ew / Cage: 3dfh1 / Pn 176058-0005 / To Number 12p3-2ale47-4, Fig:7, Ind:4 / Estimated Total Quantity 143 Ea / Production Delivery Schedule: 12 Months
19. 5998-01-383-8263 Ew / Cage: 22830/ Pn 176069-0002 / To Number 12p3-2ale47-4 / Estimated Total Quantity 63 Ea / Production Delivery Schedule: 12 Months
20. 5998-01-580-7506 Ew / Cage: 3dfh1/ Pn 174265-0004 / To Number 12p3-2ale47-4, Fig:14, Ind:10 / Estimated Total Quantity 64 Ea / Production Delivery Schedule: 12 Months
21. 5998-01-439-9525 Ew / Cage: 22830/ Pn 174260-0009 / To Number 12p3-2ale47-4 / Estimated Total Quantity 117 Ea / Production Delivery Schedule: 12 Months
22. 5998-01-702-8446 Ew/ Cage: 98752/ Pn 174260-0020 / To Number 12p3-2ale47-4 / Estimated Total Quantity 12 Ea / Production Delivery Schedule: 12 Months
23. 5998-01-603-6648 Ew / Cage: 98752/ Pn 174255-0009 / To Number 12p3-2ale-47-4 / Estimated Total Quantity 24 Ea / Production Delivery Schedule: 12 Months
24. 5998-01-334-2219 Ew / Cage: 19397 / Pn 176150-0001 / To Number 12p3-2ale47-4 / Estimated Total Quantity 23 Ea / Production Delivery Schedule: 12 Months
25. 5998-01-337-7526 Ew / Cage: 22830/ Pn 176130-0002 / To Number 12p3-2ale47-4 / Estimated Total Quantity 83 Ea / Production Delivery Schedule: 12 Months
26. 5998-01-335-3197 Ew / Cage: 19397/ Pn 176096-0001 / To Number 12p3-2ale47-4 / Estimated Total Quantity 23 Ea / Production Delivery Schedule: 12 Months
27. 5998-01-335-3198 Ew / Cage: 19397/ Pn 176095-0001 / To Number 12p3-2ale47-4 / Estimated Total Quantity 23 Ea / Production Delivery Schedule: 12 Months
28. 5865-01-333-4735 Ew / Cage: 19397/ Pn 176079-0003 / To Number 12p3-2ale47-4 / Estimated Total Quantity 24 Ea / Production Delivery Schedule: 12 Months
29. 5998-01-336-3867 Ew / Cage: 22830/ Pn 174240-0004 / To Number 12p3-2ale47-4 / Estimated Total Quantity 54 Ea / Production Delivery Schedule: 12 Months
30. 5998-01-336-9190 Ew / Cage: 22830/ Pn 179735-0005 / To Number 12p3-2ale47-4 / Estimated Total Quantity 129 Ea / Production Delivery Schedule: 12 Months
31. 5935-01-334-3230 Ew / Cage: 19397/ Pn 176524-0001 / To Number 12p3-2ale47-4 Figure 23/index 10 / Estimated Total Quantity 23 Ea / Production Delivery Schedule: 12 Months
32. 5998-01-357-8993 Ew / Cage: 19397/ Pn 177466-0002 / To Number 12p3-2ale47-4 / Estimated Total Quantity 23 Ea / Production Delivery Schedule: 12 Months
update 7: 30 August 2024. Date Referenced In Update 5 Has Been Delayed. Please Continue To Monitor This Posting For Updates.
update 6: 19 August 2024 - Question And Answer (q&a) Document Dated 19 August 2024 Posted.
update 5: 16 August 2024 - Anticipated Rfp Release Date Of 12-16 August As Referenced In Posted Questions And Answers 10 July 2024 Is Hereby Updated. Anticipated Rfp Release Date Is Estimated To Be Published At End Of Month (august). Continue To Monitor This Posting For Updates.
update 4: 11 July 2024 – Technical Data Is Available For Request. To Request Access, Please Send An Email Request To The Points Of Contact Listed On This Posting. In The Request, Please Provide Your Commercial And Government Entity (cage) Code And A Copy Of Your Dd2345, Militarily Critical Technical Data Agreement.
update 3: 10 July 2024 - The Draft Rfp Timeframe Has Been Extended To 24 July 2024.draft Rfp Question And Answer Document #2 "questions And Answers 10 July 2024" Has Been Uploaded.
update 2: 17 June 2024 - Draft Rfpquestion And Answer Document Has Been Uploaded
update 1: 20 May 2024 – Draft Rfp And Applicable Attachments Have Been Uploaded. The Draft Rfp Will Be Posted For 30 Days Ending 19 June 2024 At 4:00 Pm Eastern. Questions Regarding The Draft Rfp Shall Be Submitted To Mellissa Smith ( Mellissa.smith@us.af.mil ) And Daniel Daniels ( Daniel.daniels.2@us.af.mil ). Questions Will Be Compiled With Answers Posted Weekly.
this Is A Notice Of Intent That Air Force Life Cycle Management Center (aflcmc)/wnkd Anticipates Issuing A Solicitation For The An/ale-47 Countermeasures Dispenser System (cmds). The An/ale-47 Cmds Is An Integrated, Threat-adaptive, Reprogrammable, Computer-controlled Airborne Defensive System. The An/ale-47 Dispenses Countermeasure Decoys (chaff, Flare, And Others) Against Radar And Infrared Homing Threats To Enhance Aircraft Survivability.
the An/ale-47 Cmds Procurable Under This Effort Consists Of The Line Replaceable Units (lrus), Each Of Which Consist Of Lower Assemblies Called Shop Replaceable Units (srus). The Air Force And Army Support The An/ale-47 With Two-level Maintenance Concept. The Navy Supports The An/ale-47 With A Three-level Maintenance Concept. Warner Robins Air Logistics Complex Is The Organic Depot For Air Force, Army, And Navy An/ale-47 Hardware And Operational Flight Program (ofp) Software.
contractors With One Or More Unqualified Lrus May Qualify The Lrus By Meeting Pre-production Requirements. Pre-production Encompasses All Efforts Required To Demonstrate That The Contractor Is Prepared For Production. Pre-production Includes Developing Government Approved Environmental Stress Screening (ess) Procedures, Developing Government Approved Atps For Lrus And Srus, Performing Ess Test On First Article Lrus, Performing Acceptance Test On Srus And First Article Lrus, Submitting Successful Ess Reports And Acceptance Test Reports For Government Approval, Conducting Interchangeability Test, Submitting First Article Lrus For Government Inspection And Test, And Obtaining Government Approval Of First Article Lrus. Government Inspection And Test Will Include Dimensional Verification, Interchangeability Test, Lru Testing, And Some Software Testing For Lrus Containing Software. The Government Reserves The Right Not To Award Production Orders Until All Lrus Are Qualified.
the Contractor Must Obtain A Delivery Order From The Government Procuring Contracting Officer (pco) Before Commencement Of Production. The Contractor Shall Fabricate, Integrate, Test, And Deliver Lrus And Srus In Accordance With The Quantities On Each Delivery Order. The Contractor Shall Maintain Current Test Equipment Calibration In Accordance With The Requirements Of Ansi/ncsl-z540.3. The Contractor Shall Maintain A Minimum Capability Requirement Which Will Include Maintained Equipment And Qualified Personnel.
this Effort Is Anticipated To Be Issued For A 12-month Basic, And Four (4) 12-month Ordering Periods. A Firm-fixed Price Pricing Arrangement Is Anticipated. Should An Unqualified Contractor Be Awarded The Contract, A 36-month Qualification Period Will Occur In Place Of The 12-month Basic.
this Acquisition Will Utilize The Tradeoff Source Selection Procedures In Accordance With Far 15.101-1 And 15.3 As Supplemented By The Dod Source Selection Procedures Referenced In Dfars 215.300 And The Daffars Mandatory Procedures 5315.3 To Make An Integrated Assessment For A Best Value Award Decision. Offerors Shall Prepare Their Proposals In Accordance With Mandatory, Explicit, And Detailed Instructions Contained In The Rfp. The Government Will Evaluate Proposals And Make Award In Accordance With The Evaluation Basis For Award Provision In The Rfp.
it Is Anticipated That The Rfp Will Be Released On Or Around 9 April 2024 And Anticipated Award On Or Around June 2025. The Rfp Will Be Posted To Sam.gov. All Responsible Sources May Submit A Proposal. Foreign Companies Are Not Permitted To Participate In The Competition.
interested Vendors May Notify The Pocs Listed At The End Of This Synopsis With Any Questions. Please Note, All Questions Are Requested To Be Submitted In Writing Via Email For Documentation Purposes—no Telephonic Questions. Interested Vendors Are Encouraged To Register To Receive Notification For Solicitation And All Amendments/revisions, And To Check Sam.gov Prior To Submission Of Their Proposal.
Closing Date21 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools
United States
Details: General Requirements
1. Scope
1.1 Intent. This Standard Specification Invokes General Requirements For Conducting Vessel Repairs Performed By Commercial Contractors At A Coast Guard Facility For Coast Guard Vessels.
2. References
coast Guard Drawings
none.
coast Guard Publications
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
other References
none.
3. Requirements
3.1 General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And In This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This Wi Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following Work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or Extensions To The Contract.
3.2 Period Of Performance. The Period Of Performance For This Work Is 10mar2025-28may2025, To Include Sea Trials On 01jul2025.
3.3 Location. The Contractor Must Perform The Work While The Uscgc Waesche Is Alongside The Pier At U.s. Coast Guard Base Alameda, Coast Guard Island, Alameda Ca 94501.
tcto 58300_tab_0824_418
dual Point Davit, Modify
1. Scope
1.1 Intent. This Work Item Describes The Requirements For The Contractor To Modify The Allied System Dual Point Davit (dpd) With Split/individual Constant Tension (ct) Capability, Solid State Driver For Ease Of System Adjustments And To Install Machinery Space Camera System
table 1 – Dual Point Davit Nameplate Data
description
location
davit Total Gross Weight
allied Systems Dual Point Davit With Control Console
models : Ddp11000cts & Sp2200 (s/n - 2313 & 2315)
weather Deck, Stbd Side, Frame 47
29,000 Lbs.
1.2 Government-furnished Property.
mti
item Description
nsn/pn
qty
estimated Cost ($/unit)
y
cb-oth Mark Iv
(coast Guard Drawing 26b-cb-iv-801-001)
1 Ea.
300,000
n
kit-ddp11000ct
acn 2030-01-f24-6826/pn 93030
1
5,000
2. References
coast Guard Drawings
coast Guard Drawing 418a-wmsl-100-001 Rev B, General Arrangements
coast Guard Publications
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures
coast Guard Technical Publication (tp) 9618, Swbs 583, 01 Sept 2023 Boat Davit - Models Ddp11000cts & Sp2200 (s/n: 2328-753, 2329-751, 2332-750)
other References
international Maritime Organization (imo) International Convention For The Safety Of Life At Sea (solas), 2009 As Amended In 2010 And 2011.
international Maritime Organization (imo) International Life Saving Appliances Code (lsa), 2010 Edition.
allied Systems Company Asc Dwg# 94861, Chart, Splicing Connector
allied Systems Company Asc Dwg# 94081, Kit, Individual Ct Control System
allied Systems Company Asc Dwg# 93034, Hydraulic Schematic
allied Systems Company Asc Dwg# 93031, Individual Ct Hyd Conversion
3. Requirements
3.1 General.
3.1.1 Cir. The Contractor Must Submit A Cir For The Inspections Listed In The Following Paragraph(s):
none
3.1.2 Tech Rep.
3.1.2.1 The Contractor Must Provide The Services Of A Qualifiedservices Of An Oem Authorized/ Licensed Tech Rep Who Is Familiar With The Dual Point Davit (i.e. Allied System Co. Model No. Ddp11000ct) To Do The Following, On Site:
provide Manufacturer's Proprietary Information, Software, And Tools Pertinent To The Equipment/system.
assist With Proper Repair Methods And Ensure Compliance With Manufacturer's Procedures And Standards During Disassembly, Inspection, Repair, Modification, Calibration, And Reassembly Of The Equipment/system.
tech Rep Must Be Present In All Aspects Of This Work Item.
ride The Ship During Sea Trials (8 Hours)
3.1.2.2 Ensure The Tech Rep Has A Résumé Of Demonstrated Experience With The System/equipment Stated Above.
3.1.2.3 Submit A Copy Of The Tech Rep’s Résumé And A List Of References To The Cor With The Bid Proposal.
3.1.2.4 Point Of Contact:
heath Munger Or Gary Berglund
heath.munger@alliedsystems.com, Gary.berglund@alliedsystems.com
allied Systems Company
(503) 825-3366
3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection).
3.1.3.1 Protective Measures - Hydraulic System. The Contractor Must Maintain Existing Hydraulic System Cleanliness; Take All Necessary Precautions To Prevent The Introduction Of Contaminants Into The Hydraulic System. Whenever Disconnecting Or Removing Components From The Hydraulic System, Completely Seal All Openings To The Rest Of The System, Immediately, Using Either Caps (for Externally Threaded Connection Points), Bolt-on Blanks, Or Taped-on Discs/covers (sheet-metal No Less Than 1/16-inch Thick).
3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Below Listed:
piping
electrical Cables
3.1.5 Reference Documents. The Contractor Must Refer To The Drawings And Tech Pubs Referenced In Section 2 For Guidance In Accomplishing This Work Item.
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
3.2 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must Witness Coast Guard Personnel Perform An Initial Operational Test Of All Items Or Shipboard Devices To Be Disturbed, Used, Repaired, Or Altered, To Demonstrate Existing Operational Condition. Submit A Cfr.
3.3 Split/individual Constant Tension (ct). The Contractor Must Follow Tech Rep Direction And Requirements Listed In Referenced Documents To Modify The Allied System Dual Point Davit (dpd) For Split/individual Constant Tension (ct) Capability.
3.4 Install Camera Kit. The Contractor Must Follow Tech Rep Direction And Requirements Listed In Referenced Documents, To Install Camera System To Enable Operators To View Machinery Space Without The Need To Remove Side Panels.
3.5 Winch Tensioner. The Contractor Must Renew The Aft Winch Tensioner And Drum.
3.6 Sea Trial. The Contractor Must Provide Tech Rep Support To Test Operational Capability Of The Dual Point Davit With Gfp In Accordance With Tp. Estimated Time For Sea Trial Is Eight Hours. Perform An At Sea Test Launching The Gfp Boat To Test Constant Tension Function, Wire Rope Tension, Ct Select Button, Control Function, Ct Engage, Brake Release Etc. Ensure All Functions Are In Satisfactory Operating Conditions. Submit A Cfr.
3.7 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Exterior And Interior Surfaces To Match Existing Adjacent Surfaces, In Accordance With Sflc Std Spec 6310. Abide By All Touch-up Requirements Outlined In Sflc Std Spec 6310.
4. Notes
this Section Is Not Applicable To This Work Item.
58300_rtk_1223_418
dual Point Davit, Biennial Maintenance, Perform
1. Scope
1.1 Intent. This Work Item Describes The Requirements For The Contractor To Perform Biennial Maintenance On Dual Point Davit Listed In Table 1.
table 1 – Dual Point Davit Nameplate Data
description
location
davit Total Gross Weight
allied Systems Dual Point Davit With Control Console
models: Ddp11000cts & Sp2200
weather Deck, Stbd Side, Frame 47
29,000 Lbs.
1.2 Government-furnished Property.
mti
item Description
nsn/pn
qty
estimated Cost ($/unit)
y
cb-oth Mark Iv
(coast Guard Drawing 26b-cb-iv-801-001)
n/a
1 Ea.
n/a
y
hook, Release, Boat Davit
model Apr-356-cbh, Nsn 4030-01-467-1005
2 Ea.
5000.00
2. References
coast Guard Drawings
coast Guard Drawing 418a-wmsl-100-001, Rev B, General Arrangements
coast Guard Drawing 418a-wmsl-801-001 Rev A, Booklet Of General Plan
coast Guard Publications
coast Guard Technical Publication (tp) 9618, Swbs 583, Sept 2023, Boat Davit - Models Ddp11000cts & Sp2200 (s/n: 2328-753, 2329-751, 2332-750)
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000),2022, General Requirements
surface Forces Logistics Center Standard Specification 5000 (sflc Std Spec 5000), 2022, Auxiliary Machine Systems
surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures
other References
international Maritime Organization (imo) International Convention For The Safety Of Life At Sea (solas), 2009 As Amended In 2010 And 2011
international Maritime Organization (imo) International Life Saving Appliances Code (lsa), 2010 Edition
ansi/easa Standard Ar100-2020, Recommended Practice For The Repair Of Rotating Electrical Apparatus
3. Requirements
3.1 General.
3.1.1 Cir. The Contractor Must Submit A Cir For The Inspections Listed In The Following Paragraph(s):
3.2 Biannual Maintenance Inspection And Repair Task Particulars (task #1 And #2)
3.2.1 Hook Certification.
3.1.2 Tech Rep. The Contractor Must Provide The Services Of A Qualified Technical Representative Who Is Familiar With The Dual Point Davit (i.e. Allied System Co. Model No. Ddp11000cts) To Accomplish The Following On Site:
advise On Manufacturer's Proprietary System Information.
ensure Compliance With Manufacturer's Procedures And Standards During System Disassembly, Inspection, Repair, Reassembly, And Testing As Applicable.
3.1.2.1 Ensure The Tech Rep Has Experience With The System/equipment Stated Above And Demonstrated On Their Résumé.
3.1.2.2 Submit A Copy Of The Tech Rep’s Résumé And A List Of References To The Cor With The Bid Proposal.
3.1.2.3 Point Of Contact:
heath Munger Or Gary Berglund
heath.munger@alliedsystems.com, Gary.berglund@alliedsystems.com
allied Systems Company
(503) 825-3366
3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection).
3.1.3.1 Protection Of Fine Surfaces. The Contractor Must Protect All Fine Surfaces In Accordance With Sflc Std. Spec 5000.
3.1.3.2 Hydraulic System Contamination Protection. The Contractor Must Maintain Existing Hydraulic Cleanliness In Accordance With Sflc Std. Spec 5000.
3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following:
piping
electrical Cables
capstan
inspection Covers
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
3.1.5 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must Witness Coast Guard Personnel Perform An Initial Operational Test Of All Items Or Shipboard Devices To Be Disturbed, Used, Repaired, Or Altered, To Demonstrate Existing Operational Condition. Submit A Cfr.
3.1.6 Materials. The Contractor Must Furnish And Install Parts Listed In Table 2.
table 2 – List Of Parts
quantity
part Number
description
source Of Supply
1
593533
kit, Element Replacement
allied System Co.
214 S.w. Oregon Street, Sherwood Or 97140
1
593532
kit, Element Replacement
2
70196
return Filters
2
74130
seal Kits
2
71975
filter Breather
1
71754
tank Cover Gasket
2
71042
wire Rope
2
73441
hub
3.2 Biannual Maintenance Inspection And Repair Task Particulars. The Contractor With Tech Rep Support Must Perform The Tasks Designated In Table 3 Below And Figure 1 In Accordance With Sflc Std Spec 5000 And Cg Tech Pub As Applicable.
table 3 – Recurring Maintenance Task
addition Requirements
#
task Type
qty
component Or Assembly
appendix And Para. From Sflc Std 5000
other
1
operate And Inspect
1
dual Point Davit System
3.2.1 (operate And Inspect) Appendix A (general Inspection Requirements)
submit Cir.
2
hydraulic Lube Oil Analysis
1
hydraulic System
c2.1.3.1
submit A Cir.
3
service And Inspect
1
hydraulic Winch Assembly (constant Tension And Normal) Which Are Powered By Main Hydraulic Pump/motor Assembly (st1) And Back Up Powered By Emergency (st2), Accumulators.
3.2.2 (service And Inspect) D2.3 (brakes And Clutches. D2.4 (open Gearing And Gear Reducers)
see Paragraph 3.3.1
submit Cfr.
4
disassemble And Inspect
2
power Sheave Assembly
3.2.3 (disassemble And Inspect)
renew The Hubs
if Hubs Are Not Available, Clean, Inspect, And Reinstall Hubs.
5
renew
2
wire Rope Assembly
(allied System Part No. 71042)
d2.2 (wire Rope Assemblies)
wire Rope Particulars: Nominal Diameter: 5/8 Inch
minimum Breaking Strength: 56,040 Lbs.
total Length Of Each Wire Rope Required: 110 Ft.
end Fitting Type: Fiege. Submit A Cfr.
6
service And Inspect
1
control Panel
3.2.2 (service And Inspect)
verify All Mechanical And Electrical Signals To The Control Panel. Submit A Cfr.
7
nde
1
dual Point Davit System
3.2.5 (nde)
areas To Nde: All Weld Joints And Boom And Turret Structures.
submit A Cfr.
8
groom And Lubricate
1
dual Point Davit System
3.2.6 (groom And Lubricate)
9
weight Test
1
dual Point Davit System
b2.7.2 (dual Point Davits)
b2.7.2.1 No-load Operational Test
b2.7.2.2 Static Load Test
b2.7.2.3 Winch/brake/modified Static Load Test
b2.7.2.4 Dynamic Load Test
b2.7.2.5 Rated Load Test
test Weight Particulars:
working Load Limit (11,000 Lb.).
"modified Static / Brake" Test Load: 16,500 Pounds (150% Of Wll)
“modified Dynamic Test Load: 12,650 Pounds (115% Of Wll)
10
electric Motors
1
normal Rihb Boat Davit And Emergency Rihb Davit Hpu Motors
perform Insulation Resistance Test In Accordance With Ansi/easa Ar 100-2020.and Para 6.5.4.3 Of Tp 9618. Submit A Cfr.
11
fabricate And Install
1
label Plate
b2.9 (label Plates)
12
partially Preserve
1
dual Point Davit Assembly (including Pedestal, Foundation, And All Previously/normally Painted Components Or Surfaces)
3.2.4 (partial Preservation)
3.2.1 Hook Certification. The Contractor With Tech Rep Support Must Inspect The Hooks And Verify Their Certification. Submit A Cir. Hooks (i.e. P/n: Model Apr-356-cbh) Must Be Renewed At Every 48 Months With Gfp. Renew Hooks If Certification Is Expired.
3.2.1.1 Mandatory Turn-in Item (mti) Removal. If Required To Be Renewed, The Contractor Must Remove The Existing Mti Hooks And Turn Over To The Cor.
3.3 Special Requirements For Various Components. If A Change Request Has Been Authorized For Additional Work On Any Of The Components Listed In Table 4 Below, The Contractor Must Perform Work In Accordance With The Corresponding Appendix Or Paragraph Of Sflc Std Spec 5000.
table 4 - Special Requirements
component
appendix & Paragraph In Sflc Std Spec 5000
fluids
c2.1
hose Assemblies
c2.2
piping And Tubing
c2.3
valves And Manifolds
c2.4
gages
c2.5
gas Charged Accumulators
c2.6
heat Exchangers And Fluid Coolers
c2.7
systems
c2.8
fastener Assemblies
d2.1
wire Rope Assemblies
d2.2
brakes And Clutches
d2.3
open Gearing And Gear Reducers
d2.4
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
3.3.1 Perform Adjustment And Calibration Iaw Tech Pub 9618 For Main System Relief Pressure, Counterbalance Valves, Anti-2-block Assembly, Constant Tension Winch Pressure Adjustments.
3.4 Operational Test, Post Repairs. After Completion Of Work, The Contractor Must Thoroughly Test, In The Presence Of The Coast Guard Inspector And Demonstrate All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed To Be In Satisfactory Operating Condition. Submit A Cfr.
3.4.1 The Contractor With Tech Rep Support Must Perform A Dockside Test, Consisting Of Launching The Gfp Boat To Test Constant Tension Function, Wire Rope Tension, Ct Select Button, Control Function, Ct Engage, Brake Release Etc. Submit A Cfr.
3.5 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Exterior And Interior Surfaces To Match Existing Adjacent Surfaces, In Accordance With Sflc Std Spec 6310. Abide By All Touch-up Requirements Outlined In Sflc Std Spec 6310.
note
government Will Provide 72 Hours Of Advance Notice To The Contractor For Sea Trial Support By The Tech Rep.
3.6 Sea Trial. The Contractor Must Provide Tech Rep Support To Test Operational Capability Of The Dual Point Davit With Gfp In Accordance With Tp. Estimated Time For Sea Trial Is Eight Hours. Perform An At Sea Test Launching The Gfp Boat To Test Constant Tension Function, Wire Rope Tension, Ct Select Button, Control Function, Ct Engage, Brake Release Etc. Ensure All Functions Are In Satisfactory Operating Conditions. Submit A Cfr.
4. Notes
general Requirements
1. Scope
1.1 Intent. This Standard Specification Invokes General Requirements For Conducting Vessel Repairs Performed By Commercial Contractors At A Coast Guard Facility For Coast Guard Vessels.
2. References
coast Guard Drawings
none.
coast Guard Publications
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
other References
none.
3. Requirements
3.1 General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And In This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This Wi Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following Work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or Extensions To The Contract.
3.2 Period Of Performance. The Period Of Performance For This Work Is 10mar2025-28may2025, To Include Sea Trials On 01jul2025.
3.3 Location. The Contractor Must Perform The Work While The Uscgc Waesche Is Alongside The Pier At U.s. Coast Guard Base Alameda, Coast Guard Island, Alameda Ca 94501.
tcto 58300_tab_0824_418
dual Point Davit, Modify
1. Scope
1.1 Intent. This Work Item Describes The Requirements For The Contractor To Modify The Allied System Dual Point Davit (dpd) With Split/individual Constant Tension (ct) Capability, Solid State Driver For Ease Of System Adjustments And To Install Machinery Space Camera System
table 1 – Dual Point Davit Nameplate Data
description
location
davit Total Gross Weight
allied Systems Dual Point Davit With Control Console
models : Ddp11000cts & Sp2200 (s/n - 2313 & 2315)
weather Deck, Stbd Side, Frame 47
29,000 Lbs.
1.2 Government-furnished Property.
mti
item Description
nsn/pn
qty
estimated Cost ($/unit)
y
cb-oth Mark Iv
(coast Guard Drawing 26b-cb-iv-801-001)
1 Ea.
300,000
n
kit-ddp11000ct
acn 2030-01-f24-6826/pn 93030
1
5,000
2. References
coast Guard Drawings
coast Guard Drawing 418a-wmsl-100-001 Rev B, General Arrangements
coast Guard Publications
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures
coast Guard Technical Publication (tp) 9618, Swbs 583, 01 Sept 2023 Boat Davit - Models Ddp11000cts & Sp2200 (s/n: 2328-753, 2329-751, 2332-750)
other References
international Maritime Organization (imo) International Convention For The Safety Of Life At Sea (solas), 2009 As Amended In 2010 And 2011.
international Maritime Organization (imo) International Life Saving Appliances Code (lsa), 2010 Edition.
allied Systems Company Asc Dwg# 94861, Chart, Splicing Connector
allied Systems Company Asc Dwg# 94081, Kit, Individual Ct Control System
allied Systems Company Asc Dwg# 93034, Hydraulic Schematic
allied Systems Company Asc Dwg# 93031, Individual Ct Hyd Conversion
3. Requirements
3.1 General.
3.1.1 Cir. The Contractor Must Submit A Cir For The Inspections Listed In The Following Paragraph(s):
none
3.1.2 Tech Rep.
3.1.2.1 The Contractor Must Provide The Services Of A Qualifiedservices Of An Oem Authorized/ Licensed Tech Rep Who Is Familiar With The Dual Point Davit (i.e. Allied System Co. Model No. Ddp11000ct) To Do The Following, On Site:
provide Manufacturer's Proprietary Information, Software, And Tools Pertinent To The Equipment/system.
assist With Proper Repair Methods And Ensure Compliance With Manufacturer's Procedures And Standards During Disassembly, Inspection, Repair, Modification, Calibration, And Reassembly Of The Equipment/system.
tech Rep Must Be Present In All Aspects Of This Work Item.
ride The Ship During Sea Trials (8 Hours)
3.1.2.2 Ensure The Tech Rep Has A Résumé Of Demonstrated Experience With The System/equipment Stated Above.
3.1.2.3 Submit A Copy Of The Tech Rep’s Résumé And A List Of References To The Cor With The Bid Proposal.
3.1.2.4 Point Of Contact:
heath Munger Or Gary Berglund
heath.munger@alliedsystems.com, Gary.berglund@alliedsystems.com
allied Systems Company
(503) 825-3366
3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection).
3.1.3.1 Protective Measures - Hydraulic System. The Contractor Must Maintain Existing Hydraulic System Cleanliness; Take All Necessary Precautions To Prevent The Introduction Of Contaminants Into The Hydraulic System. Whenever Disconnecting Or Removing Components From The Hydraulic System, Completely Seal All Openings To The Rest Of The System, Immediately, Using Either Caps (for Externally Threaded Connection Points), Bolt-on Blanks, Or Taped-on Discs/covers (sheet-metal No Less Than 1/16-inch Thick).
3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Below Listed:
piping
electrical Cables
3.1.5 Reference Documents. The Contractor Must Refer To The Drawings And Tech Pubs Referenced In Section 2 For Guidance In Accomplishing This Work Item.
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
3.2 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must Witness Coast Guard Personnel Perform An Initial Operational Test Of All Items Or Shipboard Devices To Be Disturbed, Used, Repaired, Or Altered, To Demonstrate Existing Operational Condition. Submit A Cfr.
3.3 Split/individual Constant Tension (ct). The Contractor Must Follow Tech Rep Direction And Requirements Listed In Referenced Documents To Modify The Allied System Dual Point Davit (dpd) For Split/individual Constant Tension (ct) Capability.
3.4 Install Camera Kit. The Contractor Must Follow Tech Rep Direction And Requirements Listed In Referenced Documents, To Install Camera System To Enable Operators To View Machinery Space Without The Need To Remove Side Panels.
3.5 Winch Tensioner. The Contractor Must Renew The Aft Winch Tensioner And Drum.
3.6 Sea Trial. The Contractor Must Provide Tech Rep Support To Test Operational Capability Of The Dual Point Davit With Gfp In Accordance With Tp. Estimated Time For Sea Trial Is Eight Hours. Perform An At Sea Test Launching The Gfp Boat To Test Constant Tension Function, Wire Rope Tension, Ct Select Button, Control Function, Ct Engage, Brake Release Etc. Ensure All Functions Are In Satisfactory Operating Conditions. Submit A Cfr.
3.7 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Exterior And Interior Surfaces To Match Existing Adjacent Surfaces, In Accordance With Sflc Std Spec 6310. Abide By All Touch-up Requirements Outlined In Sflc Std Spec 6310.
4. Notes
this Section Is Not Applicable To This Work Item.
58300_rtk_1223_418
dual Point Davit, Biennial Maintenance, Perform
1. Scope
1.1 Intent. This Work Item Describes The Requirements For The Contractor To Perform Biennial Maintenance On Dual Point Davit Listed In Table 1.
table 1 – Dual Point Davit Nameplate Data
description
location
davit Total Gross Weight
allied Systems Dual Point Davit With Control Console
models: Ddp11000cts & Sp2200
weather Deck, Stbd Side, Frame 47
29,000 Lbs.
1.2 Government-furnished Property.
mti
item Description
nsn/pn
qty
estimated Cost ($/unit)
y
cb-oth Mark Iv
(coast Guard Drawing 26b-cb-iv-801-001)
n/a
1 Ea.
n/a
y
hook, Release, Boat Davit
model Apr-356-cbh, Nsn 4030-01-467-1005
2 Ea.
5000.00
2. References
coast Guard Drawings
coast Guard Drawing 418a-wmsl-100-001, Rev B, General Arrangements
coast Guard Drawing 418a-wmsl-801-001 Rev A, Booklet Of General Plan
coast Guard Publications
coast Guard Technical Publication (tp) 9618, Swbs 583, Sept 2023, Boat Davit - Models Ddp11000cts & Sp2200 (s/n: 2328-753, 2329-751, 2332-750)
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000),2022, General Requirements
surface Forces Logistics Center Standard Specification 5000 (sflc Std Spec 5000), 2022, Auxiliary Machine Systems
surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures
other References
international Maritime Organization (imo) International Convention For The Safety Of Life At Sea (solas), 2009 As Amended In 2010 And 2011
international Maritime Organization (imo) International Life Saving Appliances Code (lsa), 2010 Edition
ansi/easa Standard Ar100-2020, Recommended Practice For The Repair Of Rotating Electrical Apparatus
3. Requirements
3.1 General.
3.1.1 Cir. The Contractor Must Submit A Cir For The Inspections Listed In The Following Paragraph(s):
3.2 Biannual Maintenance Inspection And Repair Task Particulars (task #1 And #2)
3.2.1 Hook Certification.
3.1.2 Tech Rep. The Contractor Must Provide The Services Of A Qualified Technical Representative Who Is Familiar With The Dual Point Davit (i.e. Allied System Co. Model No. Ddp11000cts) To Accomplish The Following On Site:
advise On Manufacturer's Proprietary System Information.
ensure Compliance With Manufacturer's Procedures And Standards During System Disassembly, Inspection, Repair, Reassembly, And Testing As Applicable.
3.1.2.1 Ensure The Tech Rep Has Experience With The System/equipment Stated Above And Demonstrated On Their Résumé.
3.1.2.2 Submit A Copy Of The Tech Rep’s Résumé And A List Of References To The Cor With The Bid Proposal.
3.1.2.3 Point Of Contact:
heath Munger Or Gary Berglund
heath.munger@alliedsystems.com, Gary.berglund@alliedsystems.com
allied Systems Company
(503) 825-3366
3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection).
3.1.3.1 Protection Of Fine Surfaces. The Contractor Must Protect All Fine Surfaces In Accordance With Sflc Std. Spec 5000.
3.1.3.2 Hydraulic System Contamination Protection. The Contractor Must Maintain Existing Hydraulic Cleanliness In Accordance With Sflc Std. Spec 5000.
3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following:
piping
electrical Cables
capstan
inspection Covers
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
3.1.5 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must Witness Coast Guard Personnel Perform An Initial Operational Test Of All Items Or Shipboard Devices To Be Disturbed, Used, Repaired, Or Altered, To Demonstrate Existing Operational Condition. Submit A Cfr.
3.1.6 Materials. The Contractor Must Furnish And Install Parts Listed In Table 2.
table 2 – List Of Parts
quantity
part Number
description
source Of Supply
1
593533
kit, Element Replacement
allied System Co.
214 S.w. Oregon Street, Sherwood Or 97140
1
593532
kit, Element Replacement
2
70196
return Filters
2
74130
seal Kits
2
71975
filter Breather
1
71754
tank Cover Gasket
2
71042
wire Rope
2
73441
hub
3.2 Biannual Maintenance Inspection And Repair Task Particulars. The Contractor With Tech Rep Support Must Perform The Tasks Designated In Table 3 Below And Figure 1 In Accordance With Sflc Std Spec 5000 And Cg Tech Pub As Applicable.
table 3 – Recurring Maintenance Task
addition Requirements
#
task Type
qty
component Or Assembly
appendix And Para. From Sflc Std 5000
other
1
operate And Inspect
1
dual Point Davit System
3.2.1 (operate And Inspect) Appendix A (general Inspection Requirements)
submit Cir.
2
hydraulic Lube Oil Analysis
1
hydraulic System
c2.1.3.1
submit A Cir.
3
service And Inspect
1
hydraulic Winch Assembly (constant Tension And Normal) Which Are Powered By Main Hydraulic Pump/motor Assembly (st1) And Back Up Powered By Emergency (st2), Accumulators.
3.2.2 (service And Inspect) D2.3 (brakes And Clutches. D2.4 (open Gearing And Gear Reducers)
see Paragraph 3.3.1
submit Cfr.
4
disassemble And Inspect
2
power Sheave Assembly
3.2.3 (disassemble And Inspect)
renew The Hubs
if Hubs Are Not Available, Clean, Inspect, And Reinstall Hubs.
5
renew
2
wire Rope Assembly
(allied System Part No. 71042)
d2.2 (wire Rope Assemblies)
wire Rope Particulars: Nominal Diameter: 5/8 Inch
minimum Breaking Strength: 56,040 Lbs.
total Length Of Each Wire Rope Required: 110 Ft.
end Fitting Type: Fiege. Submit A Cfr.
6
service And Inspect
1
control Panel
3.2.2 (service And Inspect)
verify All Mechanical And Electrical Signals To The Control Panel. Submit A Cfr.
7
nde
1
dual Point Davit System
3.2.5 (nde)
areas To Nde: All Weld Joints And Boom And Turret Structures.
submit A Cfr.
8
groom And Lubricate
1
dual Point Davit System
3.2.6 (groom And Lubricate)
9
weight Test
1
dual Point Davit System
b2.7.2 (dual Point Davits)
b2.7.2.1 No-load Operational Test
b2.7.2.2 Static Load Test
b2.7.2.3 Winch/brake/modified Static Load Test
b2.7.2.4 Dynamic Load Test
b2.7.2.5 Rated Load Test
test Weight Particulars:
working Load Limit (11,000 Lb.).
"modified Static / Brake" Test Load: 16,500 Pounds (150% Of Wll)
“modified Dynamic Test Load: 12,650 Pounds (115% Of Wll)
10
electric Motors
1
normal Rihb Boat Davit And Emergency Rihb Davit Hpu Motors
perform Insulation Resistance Test In Accordance With Ansi/easa Ar 100-2020.and Para 6.5.4.3 Of Tp 9618. Submit A Cfr.
11
fabricate And Install
1
label Plate
b2.9 (label Plates)
12
partially Preserve
1
dual Point Davit Assembly (including Pedestal, Foundation, And All Previously/normally Painted Components Or Surfaces)
3.2.4 (partial Preservation)
3.2.1 Hook Certification. The Contractor With Tech Rep Support Must Inspect The Hooks And Verify Their Certification. Submit A Cir. Hooks (i.e. P/n: Model Apr-356-cbh) Must Be Renewed At Every 48 Months With Gfp. Renew Hooks If Certification Is Expired.
3.2.1.1 Mandatory Turn-in Item (mti) Removal. If Required To Be Renewed, The Contractor Must Remove The Existing Mti Hooks And Turn Over To The Cor.
3.3 Special Requirements For Various Components. If A Change Request Has Been Authorized For Additional Work On Any Of The Components Listed In Table 4 Below, The Contractor Must Perform Work In Accordance With The Corresponding Appendix Or Paragraph Of Sflc Std Spec 5000.
table 4 - Special Requirements
component
appendix & Paragraph In Sflc Std Spec 5000
fluids
c2.1
hose Assemblies
c2.2
piping And Tubing
c2.3
valves And Manifolds
c2.4
gages
c2.5
gas Charged Accumulators
c2.6
heat Exchangers And Fluid Coolers
c2.7
systems
c2.8
fastener Assemblies
d2.1
wire Rope Assemblies
d2.2
brakes And Clutches
d2.3
open Gearing And Gear Reducers
d2.4
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
3.3.1 Perform Adjustment And Calibration Iaw Tech Pub 9618 For Main System Relief Pressure, Counterbalance Valves, Anti-2-block Assembly, Constant Tension Winch Pressure Adjustments.
3.4 Operational Test, Post Repairs. After Completion Of Work, The Contractor Must Thoroughly Test, In The Presence Of The Coast Guard Inspector And Demonstrate All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed To Be In Satisfactory Operating Condition. Submit A Cfr.
3.4.1 The Contractor With Tech Rep Support Must Perform A Dockside Test, Consisting Of Launching The Gfp Boat To Test Constant Tension Function, Wire Rope Tension, Ct Select Button, Control Function, Ct Engage, Brake Release Etc. Submit A Cfr.
3.5 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Exterior And Interior Surfaces To Match Existing Adjacent Surfaces, In Accordance With Sflc Std Spec 6310. Abide By All Touch-up Requirements Outlined In Sflc Std Spec 6310.
note
government Will Provide 72 Hours Of Advance Notice To The Contractor For Sea Trial Support By The Tech Rep.
3.6 Sea Trial. The Contractor Must Provide Tech Rep Support To Test Operational Capability Of The Dual Point Davit With Gfp In Accordance With Tp. Estimated Time For Sea Trial Is Eight Hours. Perform An At Sea Test Launching The Gfp Boat To Test Constant Tension Function, Wire Rope Tension, Ct Select Button, Control Function, Ct Engage, Brake Release Etc. Ensure All Functions Are In Satisfactory Operating Conditions. Submit A Cfr.
4. Notes
figure 1: Dual Point Davit Maintenance Table
figure 1: Dual Point Davit Maintenance Table
Closing Date24 Feb 2025
Tender AmountRefer Documents
4491-4500 of 4503 archived Tenders