Fabrication Tenders
Fabrication Tenders
Barangay Sta Elena, Tanauan, Leyte Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Description I. Structure Excavation (common Soil) Ii. Structural Concrete For Footing Iii. Reinforcing Steel Of Reinforced Concrete Structures Iv. Cement Plaster Finish V. Painting Works (metal Painting) Vi. 100mm Chb Non Load Bearing (including Reinforcing Steel) Vii. Metal Structure Accessories (railings) 1. Barangay Sta. Elena, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Distributors Of Construction Materials For The Project: Construction/improvement Of Senior Citizen Hall 2. The Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. 3. The Following Eligibility Documents In Two (2) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than February 11, 2025: A.) Letter Of Intent; B.) Business License Permit/valid And Current Mayor’s Permit/municipal License; C.) Dti Business Name Registration Or Sec Registration Certificate; D.) Latest Audited Financial Statement; E.) Company Profile; F.) Tax Identification No. (tin); G.) Sworn Statement By The Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Biddings, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; H.) Other Appropriate License As Maybe Required By The Procuring Entity; I.) Statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Period Specified In The Iaeb, Including Contracts Awarded But Not Yet Started; J.) Articles Of Incorporation, Partnership Or Cooperation, Whichever Is Applicable, Including Amendments Thereto, If Any; K.) Sworn Affidavit Of The Bidder That Is Not Related To The Head Of The Procuring Entity, Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; L.) Valid Joint Venture Agreement In Case Of Joint Venture; M.) Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; Certification Under Oath That Each Of The Documents Submitted In Satisfaction Of Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Of The Original Complete And That All Statements And Information Provided Therein Are True And Correct; N.) Other Appropriate Licenses As May Be Required By The Procuring Entity Concerned; O.) Copies Of End-user’s Acceptance Letter For Completed Contracts; P.) Specification Of Whether Or Not Prospective Bidder Is A Manufacturer Supplier Or Distributor; Q.) Audited Financial Statement “received” By The Ir Or Its Duly Accredited And Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; R.) Computation Of Net Financial Contracting Capacity (nfcc) Or S.) Certificate Of Commitment Specific To The Contract At Hand, Issued By A Licensed Bank To Extend To The Bidder A Credit Line If Awarded The Contract Or; T.) A Cash Deposit Certified Certifying A Hold Out On Cash Deposits Issued By A Licensed Bank Which Shall Also Be Specific To The Contract To Be Bid, In An Amount Not Lower That The Set By The Procuring Entity In The Bidding Documents, Which Shall Be At Least Equal To 10% Of The Approved Budget For Contract. 4. Sealed Two (2) Envelope System Will Be Received By The Bac At The Barangay Hall Not Later Than 2:00 Pm On February 11, 2025. 5. Barangay Sta. Elena, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Sta. Elena, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Nicolas V. Arcena Brgy. Chairman Instructions To Bidders 1.1 Only Firms/entities Duly Qualified Eligibility Requirements By The Bids And Awards Committee(bac) To Participate In The Bidding May Submit Proposals. 1.2 Bids /tenders Shall Be Considered Only From Bidders Who Have Visited The Site And Who Have Secured Bid Documents With The Equipment Specification At The Bac Secretary, 1.3 All Bids/tenders Shall Be Prepared In English And Submitted To Bac Secretary; 1.4 The Bidder Shall Prepare His Bid By Accomplishing And Submitting Three (3) Copies Of The Bid/tender Documents(e.i.prescribed Forms)including The Required Enclosed Attachments.all Blank Space Must Be Properly Filled Out By The Typewriter Except Where Specifically Otherwise Stated. 1.5 If Erasures Or Changes Are Made ,each Erasures Or Changes Must Initiated By The Person Signing The Bid/tender. 1.6 Bid/tenders Will Be Submitted For Any Items.bids/tenders Must Be For All Items In The Bill Of Quantities Of Any Items .bid/tenders Shall Be Written In Words As Well As In Figures,the Price In Words Shall Prevail. In Case Of Discrepancy In The Unit Price And The Extension Thereof,the Unit Price Shall Govern. 1.7 All Pages In Bid Tender Documents ,including Annexes Shall Be Signed In Ink .the Bid/tender Must Signed By The Bidder Himself Or Duly Authorized Person Or Persons. 1.8 The Bid/tender Shall Contain All The Information And Data Required To Be Furnished By The Bidder/tender. 1.9 The Bidder Required To Make A Careful Examination And Contemplated In The Bid Documents ,specifications,special Provisions If Any ,and The Form Of Contract,and Fully Informs Himself As To Quality Of Materials.the Submission Of Bids By Any Bidder Shall Be Deemed That He Has Made Such Examination And Is Satisfied As To The Condition To Be Encountered In Performing The Work Contemplated And Has Familiarized Him With All The Requirements Governing Or Affecting Him And His Operations. 1.10 The Barangay Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders /tenderscfor Any Expense Or Loss That May Occur In The Preparation Of Their Proposals,nor Does The Barangay Guarantee That An Award Will Be Made Under The Contract Documents. Bid Security 1.11 All Bids Shall Be Accomplished By The Bid Security Least Equal To,and Not Lower Than One Percent(1%)as Approved Budget For The Contract To Be Bid In The Form Of Cash,certified Check,cashiers Check,managers Check,bank Draft Or Irrevocable Letter Of Credit ,one And One Half Percent(1 ½%) In The Form Of Bank Guarantee, Two And One Half Percent (2 ½%)in The Form Of Surety Bond Callable Upon Demand Issued By A Reputable Surety Or Insurance Company Payable To Barangay Sta. Elena, Tanauan, Leyte As A Guarantee That The Successful Bidder Within Ten Calendar Days(10) Or Less From Receipt Of Notice Of Award ,enter Into Contract With The Barangay And F6rnish The Performance Bond.bid Securities Shall Be Valid For A Reasonable Period As Indicated Which Shall Not Be Less Than One Hundred Twenty (120) Calendar Days Following The Opening Of Bids. 1.12 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing ,except Of Those That Failed To Comply With Any Of The Requirement Tone Be Submitted In The First Bid Envelop Of The Bid. 1.13 Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned . Submission And Receipt Of Bids 1.14 Bid/proposals In The Prescribed Form ,shall Be Submitted In Two (2) Sealed Envelop Properly Marked In Capital Letters The Name/title Of The Project To Be Bid And The Name Of The Bidders ,and Must Be Addressed To; The Bac Chairman,bids And Awards Committee(bac)and Or,type Bac Chairman, Barangay Sta. Elena Tanauan, Leyte .the Bidders Shall Marked The Two Envelopes;do Not Open(date And Time Of Opening Of Bids). 1.15 The First Envelope Which Should Be Marked “1st”shall Contain The Following;1.bid Security As To Form Amount And Validity Period ;2.authority Of The Signatory ;3.production /delivery Schedule ;4.manpower Requirements;5.after Sales Service/parts;if Applicable;6.technical Specifications;7. Commitment From The Suppliers/distributors/manufacturer’s Bank To Extend To Him A Credit Line If Awarded The Contract To Be Bid Or Cash Deposit Equivalent To Ten Percent (10%) Of The Abc (p149,974.31);8.duly Signed Certificate In Compliance With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Og Ra3019 ;duly Signed Statement Attesting To Have Complied With Responsibilities Listed In Gpra Irr-aand Other Documents /materials As Stated In The Instruction To Bidders. 1.16 The Second Envelope,which Should Be Marked’’2nd ‘’shall Contain The Following;1.the Bid Prices In The Bill Of Quantities In The Prescribed Bid Form;2.the Recurring And The Maintenance Costs, If Applicable. Withdrawal Of Bids 1.17 A Bidder May Modify Its Bid Before Deadline For The Submission And Receipt Of Bids Not Allowed To Retrieve Its Original Bid ,but Shall Send Another Bid Equally Sealed,properly Identified And Marked As A Modification And Stamped Received By Bac. 1.18 A Bidder Will Be Allowed To Withdraw His Bid Prior To The Time Set For Its Opening Provided He Communicated His Purpose In Writing To The Bac;in This Case The Bid/tender Shall Return To Him Un Opened .no Bid Can Be Withdrawn For Any Reason Whatsoever After Opening Of Bids Has Commenced. 1.19 The Bidder Shall Be Responsible For Having Taken Steps To Carefully Examine All The Contract Documents ,have Fully Informed Himself With All Conditions, Local Or Otherwise ,relative To The Carrying Out Of The Contract Work; 1.20 The Barangay Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions Obtained By The Bidder Out Of The Data Furnished By The Barangay Or Its Consultant,either Before Or Conditions Contained In The Contract. Laws, Ordinances , Rules And Regulations 1.21 In Submitting A Proposal/bid ,the Bidder Is Considered To Have Familiarized Himself,acts,rules And Regulations Of The Republic Of The Philippines,including Any Or All Local Ordinances Or Rules Or Regulations,which In Any Manner May Affect Or Apply To The Operation And Activities Of The Bidders.the Bidder Shall Be The Employer Of The Personnel Whom He Will Engage The Prosecution Of The Contract And Is Under Obligation To Comply With The Labor Laws Of The Philippines. 1.22 In Addition , The Bidder Is Advised To Carefully Examine And To Inform And To Familiarized Himself With All The Ordinances ,rules,and Regulations Adopted By The Barangay In Regards With The Procurement Of Goods. Bidders Competence 1.23 The Barangay Reserves The Right To Fully Examine The Competence And Responsibility Of The Bidder At Any Time Before Award Of Contract By Aby Means And To Reject Any Bid/tender When Statement As To Business And Technical Organizations Or Financial Resources Or Construction Performance Have Been Found To Be False /and Or Fabricated And In The Barangay”s Opinion Would Justify Rejection. Pre Bid Conference 1.24 No Pre Bid Conference Will Be Conducted Except Upon Written Request Of Any Prospective Bidder Which Shall Be Held Within A Reasonable Period Before Prospective To Adequately Prepare The Bids Subject To The Approval Of The Bac. 1.25 Bids Will Be Opened On February 11, 2025 At Exactly 02:00 Pm At The Barangay Hall. Bidders Or Authorized Representative May Attend The Opening Of Bids. 1.26 Immediately After Opening Of Bids The Bac Of The Brgy. Will Undertake A Thorough Study And Bid Evaluation Of Proposed Submitted.award Of The Contract Shall Be Made To The Bidder With The Lowest Calculated Responsive Bid. 1.27 The Brgy. Reserves The Right To Reject Any Or All Bids /tenders ,to Waive Informality In The Bid/tender Received .the Right Is Also Reserve To Reject The Bid/tender Of Any Bidder Who (a)have Previously Failed To Satisfactorily Perform Or Complete Any Construction Contract Undertaken By Him. (b)was Qualified In The Eligibility Requirement On The Basis Of Suppressed Or False Information;or (c) Such Other Compelling Grounds As Determinedcduring Bid Evaluation Of The Proposal Of Bids; 1.28 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Declaration By The Bac Of The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid And Immediately After Approval Of The Recommendation Of The Bac By Thr Local Chief Executive Of His Duly Authorized Representative Shall Issue The Notice Of Award To The Winning Bidder. Created By; Hon. Nicolas V. Arcena Brgy. Chairman
Closing Date11 Feb 2025
Tender AmountPHP 110 K (USD 1.8 K)
BARANGAY SALVADOR, TANAUAN, LEYTE Tender
Civil And Construction...+3Civil Works Others, Electrical and Electronics, Solar Installation and Products
Philippines
Details: Description Description I. Project Billboard Ii. Occupational Safety & Health Program Iii. Clearing & Grubbing Iv. Structure Excavation V. Reinforcing Steel (deformed) Vi. Formworks And Falseworks Vii. Structural Concrete Viii. Metal Structure Accessories Ix. Painting Works X. Solar Led Streetlight 1. Barangay Salvador, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Distributors Of Construction Materials For The Project: Installation Of Solar Lights (9 Units) 2. The Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. 3. The Following Eligibility Documents In Two (2) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than February 11, 2025: A.) Letter Of Intent; B.) Business License Permit/valid And Current Mayor’s Permit/municipal License; C.) Dti Business Name Registration Or Sec Registration Certificate; D.) Latest Audited Financial Statement; E.) Company Profile; F.) Tax Identification No. (tin); G.) Sworn Statement By The Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Biddings, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; H.) Other Appropriate License As Maybe Required By The Procuring Entity; I.) Statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Period Specified In The Iaeb, Including Contracts Awarded But Not Yet Started; J.) Articles Of Incorporation, Partnership Or Cooperation, Whichever Is Applicable, Including Amendments Thereto, If Any; K.) Sworn Affidavit Of The Bidder That Is Not Related To The Head Of The Procuring Entity, Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; L.) Valid Joint Venture Agreement In Case Of Joint Venture; M.) Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; Certification Under Oath That Each Of The Documents Submitted In Satisfaction Of Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Of The Original Complete And That All Statements And Information Provided Therein Are True And Correct; N.) Other Appropriate Licenses As May Be Required By The Procuring Entity Concerned; O.) Copies Of End-user’s Acceptance Letter For Completed Contracts; P.) Specification Of Whether Or Not Prospective Bidder Is A Manufacturer Supplier Or Distributor; Q.) Audited Financial Statement “received” By The Ir Or Its Duly Accredited And Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; R.) Computation Of Net Financial Contracting Capacity (nfcc) Or S.) Certificate Of Commitment Specific To The Contract At Hand, Issued By A Licensed Bank To Extend To The Bidder A Credit Line If Awarded The Contract Or; T.) A Cash Deposit Certified Certifying A Hold Out On Cash Deposits Issued By A Licensed Bank Which Shall Also Be Specific To The Contract To Be Bid, In An Amount Not Lower That The Set By The Procuring Entity In The Bidding Documents, Which Shall Be At Least Equal To 10% Of The Approved Budget For Contract. 4. Sealed Two (2) Envelope System Will Be Received By The Bac At The Barangay Hall Not Later Than 10:00 Am On February 11, 2025. 5. Barangay Salvador, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Salvador, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Ariel A. Palabio Brgy. Chairman Instructions To Bidders 1.1 Only Firms/entities Duly Qualified Eligibility Requirements By The Bids And Awards Committee(bac) To Participate In The Bidding May Submit Proposals. 1.2 Bids /tenders Shall Be Considered Only From Bidders Who Have Visited The Site And Who Have Secured Bid Documents With The Equipment Specification At The Bac Secretary, 1.3 All Bids/tenders Shall Be Prepared In English And Submitted To Bac Secretary; 1.4 The Bidder Shall Prepare His Bid By Accomplishing And Submitting Three (3) Copies Of The Bid/tender Documents(e.i.prescribed Forms)including The Required Enclosed Attachments.all Blank Space Must Be Properly Filled Out By The Typewriter Except Where Specifically Otherwise Stated. 1.5 If Erasures Or Changes Are Made ,each Erasures Or Changes Must Initiated By The Person Signing The Bid/tender. 1.6 Bid/tenders Will Be Submitted For Any Items.bids/tenders Must Be For All Items In The Bill Of Quantities Of Any Items .bid/tenders Shall Be Written In Words As Well As In Figures,the Price In Words Shall Prevail. In Case Of Discrepancy In The Unit Price And The Extension Thereof,the Unit Price Shall Govern. 1.7 All Pages In Bid Tender Documents ,including Annexes Shall Be Signed In Ink .the Bid/tender Must Signed By The Bidder Himself Or Duly Authorized Person Or Persons. 1.8 The Bid/tender Shall Contain All The Information And Data Required To Be Furnished By The Bidder/tender. 1.9 The Bidder Required To Make A Careful Examination And Contemplated In The Bid Documents ,specifications,special Provisions If Any ,and The Form Of Contract,and Fully Informs Himself As To Quality Of Materials.the Submission Of Bids By Any Bidder Shall Be Deemed That He Has Made Such Examination And Is Satisfied As To The Condition To Be Encountered In Performing The Work Contemplated And Has Familiarized Him With All The Requirements Governing Or Affecting Him And His Operations. 1.10 The Barangay Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders /tenderscfor Any Expense Or Loss That May Occur In The Preparation Of Their Proposals,nor Does The Barangay Guarantee That An Award Will Be Made Under The Contract Documents. Bid Security 1.11 All Bids Shall Be Accomplished By The Bid Security Least Equal To,and Not Lower Than One Percent(1%)as Approved Budget For The Contract To Be Bid In The Form Of Cash,certified Check,cashiers Check,managers Check,bank Draft Or Irrevocable Letter Of Credit ,one And One Half Percent(1 ½%) In The Form Of Bank Guarantee, Two And One Half Percent (2 ½%)in The Form Of Surety Bond Callable Upon Demand Issued By A Reputable Surety Or Insurance Company Payable To Barangay Salvador, Tanauan, Leyte As A Guarantee That The Successful Bidder Within Ten Calendar Days(10) Or Less From Receipt Of Notice Of Award ,enter Into Contract With The Barangay And F6rnish The Performance Bond.bid Securities Shall Be Valid For A Reasonable Period As Indicated Which Shall Not Be Less Than One Hundred Twenty (120) Calendar Days Following The Opening Of Bids. 1.12 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing ,except Of Those That Failed To Comply With Any Of The Requirement Tone Be Submitted In The First Bid Envelop Of The Bid. 1.13 Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned . Submission And Receipt Of Bids 1.14 Bid/proposals In The Prescribed Form ,shall Be Submitted In Two (2) Sealed Envelop Properly Marked In Capital Letters The Name/title Of The Project To Be Bid And The Name Of The Bidders ,and Must Be Addressed To; The Bac Chairman,bids And Awards Committee(bac)and Or,type Bac Chairman, Barangay Salvador Tanauan, Leyte .the Bidders Shall Marked The Two Envelopes;do Not Open(date And Time Of Opening Of Bids). 1.15 The First Envelope Which Should Be Marked “1st”shall Contain The Following;1.bid Security As To Form Amount And Validity Period ;2.authority Of The Signatory ;3.production /delivery Schedule ;4.manpower Requirements;5.after Sales Service/parts;if Applicable;6.technical Specifications;7. Commitment From The Suppliers/distributors/manufacturer’s Bank To Extend To Him A Credit Line If Awarded The Contract To Be Bid Or Cash Deposit Equivalent To Ten Percent (10%) Of The Abc (p149,974.31);8.duly Signed Certificate In Compliance With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Og Ra3019 ;duly Signed Statement Attesting To Have Complied With Responsibilities Listed In Gpra Irr-aand Other Documents /materials As Stated In The Instruction To Bidders. 1.16 The Second Envelope,which Should Be Marked’’2nd ‘’shall Contain The Following;1.the Bid Prices In The Bill Of Quantities In The Prescribed Bid Form;2.the Recurring And The Maintenance Costs, If Applicable. Withdrawal Of Bids 1.17 A Bidder May Modify Its Bid Before Deadline For The Submission And Receipt Of Bids Not Allowed To Retrieve Its Original Bid ,but Shall Send Another Bid Equally Sealed,properly Identified And Marked As A Modification And Stamped Received By Bac. 1.18 A Bidder Will Be Allowed To Withdraw His Bid Prior To The Time Set For Its Opening Provided He Communicated His Purpose In Writing To The Bac;in This Case The Bid/tender Shall Return To Him Un Opened .no Bid Can Be Withdrawn For Any Reason Whatsoever After Opening Of Bids Has Commenced. 1.19 The Bidder Shall Be Responsible For Having Taken Steps To Carefully Examine All The Contract Documents ,have Fully Informed Himself With All Conditions, Local Or Otherwise ,relative To The Carrying Out Of The Contract Work; 1.20 The Barangay Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions Obtained By The Bidder Out Of The Data Furnished By The Barangay Or Its Consultant,either Before Or Conditions Contained In The Contract. Laws, Ordinances , Rules And Regulations 1.21 In Submitting A Proposal/bid ,the Bidder Is Considered To Have Familiarized Himself,acts,rules And Regulations Of The Republic Of The Philippines,including Any Or All Local Ordinances Or Rules Or Regulations,which In Any Manner May Affect Or Apply To The Operation And Activities Of The Bidders.the Bidder Shall Be The Employer Of The Personnel Whom He Will Engage The Prosecution Of The Contract And Is Under Obligation To Comply With The Labor Laws Of The Philippines. 1.22 In Addition , The Bidder Is Advised To Carefully Examine And To Inform And To Familiarized Himself With All The Ordinances ,rules,and Regulations Adopted By The Barangay In Regards With The Procurement Of Goods. Bidders Competence 1.23 The Barangay Reserves The Right To Fully Examine The Competence And Responsibility Of The Bidder At Any Time Before Award Of Contract By Aby Means And To Reject Any Bid/tender When Statement As To Business And Technical Organizations Or Financial Resources Or Construction Performance Have Been Found To Be False /and Or Fabricated And In The Barangay”s Opinion Would Justify Rejection. Pre Bid Conference 1.24 No Pre Bid Conference Will Be Conducted Except Upon Written Request Of Any Prospective Bidder Which Shall Be Held Within A Reasonable Period Before Prospective To Adequately Prepare The Bids Subject To The Approval Of The Bac. 1.25 Bids Will Be Opened On February 11, 2025 At Exactly 10:00 Am At The Barangay Hall. Bidders Or Authorized Representative May Attend The Opening Of Bids. 1.26 Immediately After Opening Of Bids The Bac Of The Brgy. Will Undertake A Thorough Study And Bid Evaluation Of Proposed Submitted.award Of The Contract Shall Be Made To The Bidder With The Lowest Calculated Responsive Bid. 1.27 The Brgy. Reserves The Right To Reject Any Or All Bids /tenders ,to Waive Informality In The Bid/tender Received .the Right Is Also Reserve To Reject The Bid/tender Of Any Bidder Who (a)have Previously Failed To Satisfactorily Perform Or Complete Any Construction Contract Undertaken By Him. (b)was Qualified In The Eligibility Requirement On The Basis Of Suppressed Or False Information;or (c) Such Other Compelling Grounds As Determinedcduring Bid Evaluation Of The Proposal Of Bids; 1.28 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Declaration By The Bac Of The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid And Immediately After Approval Of The Recommendation Of The Bac By Thr Local Chief Executive Of His Duly Authorized Representative Shall Issue The Notice Of Award To The Winning Bidder. Created By; Hon. Ariel A. Palabio Brgy. Chairman
Closing Date11 Feb 2025
Tender AmountPHP 289.2 K (USD 4.9 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00131 (re-advertisement) : Construction/ Rehabilitation/ Improvement Of Facilities For Persons With Disabilities: (pwds) And Elderlies/ Senior Citizens - Including Gender-responsive Facilities - Region Ii 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱9,650,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00131: Construction/ Rehabilitation/ Improvement Of Facilities For Persons With Disabilities: (pwds) And Elderlies/ Senior Citizens - Including Gender-responsive Facilities - Region Ii. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction/ Rehabilitation/ Improvement Of Facilities For Persons With Disabilities: (pwds) And Elderlies/ Senior Citizens - Including Gender-responsive Facilities - Region Ii Contract Id No. : 24b00131 Location : Brgy. Lullutan, Ilagan City, Isabela Brief Project Description : 2 Storey Senior Citizens Building (12.00m X 16.25m) Whole Building Earthworks, Plain And Reinforced Concrete Works, Finishing And Other Civil Works, Electrical Works, Plumbing Works, Electronics Works And Mechanical Works (1-7.2kw /3 Ton Cabinet Type Floor Mounted Airconditioner,1 Phase Power Supply With Minimum Cooling Capacity Of 25,000 Btu/hr, Inverter, Including Copper Tubing, Steel Bracket, Hardware And Accessories) Not Included In Finishing Works(second Floor Cr Modular Partition, Built-up Preformed Membrane At Second Floor Cr, Unglazed Tiles At Second Floor Including Wall Of Cr, Painting Works Of Interior Of Second Floor Wall And Ceiling, Railings Of Stairs(main Stair And Exit Stair), Electrical Works(second Floor Interior Lighting Fixtures), Mechanical Works (second Floor Exhaust Fan Fixture, And All Airconditioning Unit Except The Above Mentioned) Plumbing Works( Catch Basin And Drain Pipes Connecting Each Catch Basin) Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 And 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Ceiling • Modular Partition • Finishing Hardware • Aluminum Framed Glass Doors (sliding & Swing Type) • Aluminum Glass Windows, (sliding, Casement, Awning & Fixed) Type • Doors, (wood Panel) • Roll-up Door (steel) • Fabricated Metal Roofing Accessory, Gauge 26, 0.60 Mm, (ridge/hip Rolls • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Waterproofing Cement-base • Built-up And Preformed Membrane • Unglazed Tiles • Cement (floor & Plaster) Finish • Decorative Stones • Painting Works, (masonry/concrete & Steel) • Reflective Insulation • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Metal Structure Accessories, (turnbuckle, Bolts And Rods, Sagrods, Cross Bracing & Steel Plates) • Structural Steel (trusses & Purlins) • Railing • Storm Drainage And Downspout • Sewer Line Works • Septic Vault (chb/ Concrete) • Sanitary/plumbing Fixtures • Cold Water Lines Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Electric Wire • Single Pole Wall Switch On One Switch Plate • Duplex (2 Single Pole Wall Switches On One Switch Plate) • Triplex (3 Single Pole Wall Switches On One Switch Plate) • Three (3) - Way Switch • Single Convenience Outlet/receptacle, Grounding Type (gt) • Duplex Convenience Outlets/receptacles (gt) • Panelboard With Main & Branch Breakers • Lighting Fixtures Mechanical Works • Exhaust Fan, (ceiling Cassette) • Air Conditioning System Approved Budget For The Contract (abc) : ₱9,650,000.00 Contract Duration : 120 Calendar Days Inclusive Of 8 Unworkable/rainy Days, 26 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B For Buildings. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09 - 30, 2025, From The Address Given 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 Ten Thousand Pesos Only (₱10,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 16, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 30, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 30, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 09-15, 2025 Conspicuous Place (procurement Bulletin Board): January 09-15, 2025
Closing Date30 Jan 2025
Tender AmountPHP 9.6 Million (USD 164.5 K)
BARANGAY SALVADOR, TANAUAN, LEYTE Tender
Civil And Construction...+1Irrigation Work
Philippines
Details: Description Description I. Project Billboard Ii. Occupational Safety & Health Program Iii. Clearing & Excavation Iv. Reinforcing Steel Bar Grade 40 (minor Structure) V. Lined Canal 1. Barangay Salvador, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Distributors Of Construction Materials For The Project:phase 2 Of Construction Of Irrigation Canal (canalita) @ Zone 6 To 7 2. The Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. 3. The Following Eligibility Documents In Two (2) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than February 11, 2025: A.) Letter Of Intent; B.) Business License Permit/valid And Current Mayor’s Permit/municipal License; C.) Dti Business Name Registration Or Sec Registration Certificate; D.) Latest Audited Financial Statement; E.) Company Profile; F.) Tax Identification No. (tin); G.) Sworn Statement By The Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Biddings, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; H.) Other Appropriate License As Maybe Required By The Procuring Entity; I.) Statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Period Specified In The Iaeb, Including Contracts Awarded But Not Yet Started; J.) Articles Of Incorporation, Partnership Or Cooperation, Whichever Is Applicable, Including Amendments Thereto, If Any; K.) Sworn Affidavit Of The Bidder That Is Not Related To The Head Of The Procuring Entity, Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; L.) Valid Joint Venture Agreement In Case Of Joint Venture; M.) Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; Certification Under Oath That Each Of The Documents Submitted In Satisfaction Of Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Of The Original Complete And That All Statements And Information Provided Therein Are True And Correct; N.) Other Appropriate Licenses As May Be Required By The Procuring Entity Concerned; O.) Copies Of End-user’s Acceptance Letter For Completed Contracts; P.) Specification Of Whether Or Not Prospective Bidder Is A Manufacturer Supplier Or Distributor; Q.) Audited Financial Statement “received” By The Ir Or Its Duly Accredited And Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; R.) Computation Of Net Financial Contracting Capacity (nfcc) Or S.) Certificate Of Commitment Specific To The Contract At Hand, Issued By A Licensed Bank To Extend To The Bidder A Credit Line If Awarded The Contract Or; T.) A Cash Deposit Certified Certifying A Hold Out On Cash Deposits Issued By A Licensed Bank Which Shall Also Be Specific To The Contract To Be Bid, In An Amount Not Lower That The Set By The Procuring Entity In The Bidding Documents, Which Shall Be At Least Equal To 10% Of The Approved Budget For Contract. 4. Sealed Two (2) Envelope System Will Be Received By The Bac At The Barangay Hall Not Later Than 10:00 Am On February 11, 2025. 5. Barangay Salvador, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Salvador, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Ariel A. Palabio Brgy. Chairman Instructions To Bidders 1.1 Only Firms/entities Duly Qualified Eligibility Requirements By The Bids And Awards Committee(bac) To Participate In The Bidding May Submit Proposals. 1.2 Bids /tenders Shall Be Considered Only From Bidders Who Have Visited The Site And Who Have Secured Bid Documents With The Equipment Specification At The Bac Secretary, 1.3 All Bids/tenders Shall Be Prepared In English And Submitted To Bac Secretary; 1.4 The Bidder Shall Prepare His Bid By Accomplishing And Submitting Three (3) Copies Of The Bid/tender Documents(e.i.prescribed Forms)including The Required Enclosed Attachments.all Blank Space Must Be Properly Filled Out By The Typewriter Except Where Specifically Otherwise Stated. 1.5 If Erasures Or Changes Are Made ,each Erasures Or Changes Must Initiated By The Person Signing The Bid/tender. 1.6 Bid/tenders Will Be Submitted For Any Items.bids/tenders Must Be For All Items In The Bill Of Quantities Of Any Items .bid/tenders Shall Be Written In Words As Well As In Figures,the Price In Words Shall Prevail. In Case Of Discrepancy In The Unit Price And The Extension Thereof,the Unit Price Shall Govern. 1.7 All Pages In Bid Tender Documents ,including Annexes Shall Be Signed In Ink .the Bid/tender Must Signed By The Bidder Himself Or Duly Authorized Person Or Persons. 1.8 The Bid/tender Shall Contain All The Information And Data Required To Be Furnished By The Bidder/tender. 1.9 The Bidder Required To Make A Careful Examination And Contemplated In The Bid Documents ,specifications,special Provisions If Any ,and The Form Of Contract,and Fully Informs Himself As To Quality Of Materials.the Submission Of Bids By Any Bidder Shall Be Deemed That He Has Made Such Examination And Is Satisfied As To The Condition To Be Encountered In Performing The Work Contemplated And Has Familiarized Him With All The Requirements Governing Or Affecting Him And His Operations. 1.10 The Barangay Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders /tenderscfor Any Expense Or Loss That May Occur In The Preparation Of Their Proposals,nor Does The Barangay Guarantee That An Award Will Be Made Under The Contract Documents. Bid Security 1.11 All Bids Shall Be Accomplished By The Bid Security Least Equal To,and Not Lower Than One Percent(1%)as Approved Budget For The Contract To Be Bid In The Form Of Cash,certified Check,cashiers Check,managers Check,bank Draft Or Irrevocable Letter Of Credit ,one And One Half Percent(1 ½%) In The Form Of Bank Guarantee, Two And One Half Percent (2 ½%)in The Form Of Surety Bond Callable Upon Demand Issued By A Reputable Surety Or Insurance Company Payable To Barangay Salvador, Tanauan, Leyte As A Guarantee That The Successful Bidder Within Ten Calendar Days(10) Or Less From Receipt Of Notice Of Award ,enter Into Contract With The Barangay And F6rnish The Performance Bond.bid Securities Shall Be Valid For A Reasonable Period As Indicated Which Shall Not Be Less Than One Hundred Twenty (120) Calendar Days Following The Opening Of Bids. 1.12 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing ,except Of Those That Failed To Comply With Any Of The Requirement Tone Be Submitted In The First Bid Envelop Of The Bid. 1.13 Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned . Submission And Receipt Of Bids 1.14 Bid/proposals In The Prescribed Form ,shall Be Submitted In Two (2) Sealed Envelop Properly Marked In Capital Letters The Name/title Of The Project To Be Bid And The Name Of The Bidders ,and Must Be Addressed To; The Bac Chairman,bids And Awards Committee(bac)and Or,type Bac Chairman, Barangay Salvador Tanauan, Leyte .the Bidders Shall Marked The Two Envelopes;do Not Open(date And Time Of Opening Of Bids). 1.15 The First Envelope Which Should Be Marked “1st”shall Contain The Following;1.bid Security As To Form Amount And Validity Period ;2.authority Of The Signatory ;3.production /delivery Schedule ;4.manpower Requirements;5.after Sales Service/parts;if Applicable;6.technical Specifications;7. Commitment From The Suppliers/distributors/manufacturer’s Bank To Extend To Him A Credit Line If Awarded The Contract To Be Bid Or Cash Deposit Equivalent To Ten Percent (10%) Of The Abc (p149,974.31);8.duly Signed Certificate In Compliance With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Og Ra3019 ;duly Signed Statement Attesting To Have Complied With Responsibilities Listed In Gpra Irr-aand Other Documents /materials As Stated In The Instruction To Bidders. 1.16 The Second Envelope,which Should Be Marked’’2nd ‘’shall Contain The Following;1.the Bid Prices In The Bill Of Quantities In The Prescribed Bid Form;2.the Recurring And The Maintenance Costs, If Applicable. Withdrawal Of Bids 1.17 A Bidder May Modify Its Bid Before Deadline For The Submission And Receipt Of Bids Not Allowed To Retrieve Its Original Bid ,but Shall Send Another Bid Equally Sealed,properly Identified And Marked As A Modification And Stamped Received By Bac. 1.18 A Bidder Will Be Allowed To Withdraw His Bid Prior To The Time Set For Its Opening Provided He Communicated His Purpose In Writing To The Bac;in This Case The Bid/tender Shall Return To Him Un Opened .no Bid Can Be Withdrawn For Any Reason Whatsoever After Opening Of Bids Has Commenced. 1.19 The Bidder Shall Be Responsible For Having Taken Steps To Carefully Examine All The Contract Documents ,have Fully Informed Himself With All Conditions, Local Or Otherwise ,relative To The Carrying Out Of The Contract Work; 1.20 The Barangay Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions Obtained By The Bidder Out Of The Data Furnished By The Barangay Or Its Consultant,either Before Or Conditions Contained In The Contract. Laws, Ordinances , Rules And Regulations 1.21 In Submitting A Proposal/bid ,the Bidder Is Considered To Have Familiarized Himself,acts,rules And Regulations Of The Republic Of The Philippines,including Any Or All Local Ordinances Or Rules Or Regulations,which In Any Manner May Affect Or Apply To The Operation And Activities Of The Bidders.the Bidder Shall Be The Employer Of The Personnel Whom He Will Engage The Prosecution Of The Contract And Is Under Obligation To Comply With The Labor Laws Of The Philippines. 1.22 In Addition , The Bidder Is Advised To Carefully Examine And To Inform And To Familiarized Himself With All The Ordinances ,rules,and Regulations Adopted By The Barangay In Regards With The Procurement Of Goods. Bidders Competence 1.23 The Barangay Reserves The Right To Fully Examine The Competence And Responsibility Of The Bidder At Any Time Before Award Of Contract By Aby Means And To Reject Any Bid/tender When Statement As To Business And Technical Organizations Or Financial Resources Or Construction Performance Have Been Found To Be False /and Or Fabricated And In The Barangay”s Opinion Would Justify Rejection. Pre Bid Conference 1.24 No Pre Bid Conference Will Be Conducted Except Upon Written Request Of Any Prospective Bidder Which Shall Be Held Within A Reasonable Period Before Prospective To Adequately Prepare The Bids Subject To The Approval Of The Bac. 1.25 Bids Will Be Opened On February 11, 2025 At Exactly 10:00 Am At The Barangay Hall. Bidders Or Authorized Representative May Attend The Opening Of Bids. 1.26 Immediately After Opening Of Bids The Bac Of The Brgy. Will Undertake A Thorough Study And Bid Evaluation Of Proposed Submitted.award Of The Contract Shall Be Made To The Bidder With The Lowest Calculated Responsive Bid. 1.27 The Brgy. Reserves The Right To Reject Any Or All Bids /tenders ,to Waive Informality In The Bid/tender Received .the Right Is Also Reserve To Reject The Bid/tender Of Any Bidder Who (a)have Previously Failed To Satisfactorily Perform Or Complete Any Construction Contract Undertaken By Him. (b)was Qualified In The Eligibility Requirement On The Basis Of Suppressed Or False Information;or (c) Such Other Compelling Grounds As Determinedcduring Bid Evaluation Of The Proposal Of Bids; 1.28 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Declaration By The Bac Of The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid And Immediately After Approval Of The Recommendation Of The Bac By Thr Local Chief Executive Of His Duly Authorized Representative Shall Issue The Notice Of Award To The Winning Bidder. Created By; Hon. Ariel A. Palabio Brgy. Chairman
Closing Date11 Feb 2025
Tender AmountPHP 248.7 K (USD 4.2 K)
BARANGAY SALVADOR, TANAUAN, LEYTE Tender
Civil And Construction...+3Civil Works Others, Electrical and Electronics, Solar Installation and Products
Philippines
Details: Description I. Project Billboard Ii. Occupational Safety & Health Program Iii. Clearing And Grubbing Iv. Structure Excavation V. Reinforcing Steel (deformed) Vi. Formworks And Falseworks Vii. Structural Concrete Viii. Metal Structure Accessories Ix. Painting Works X. Solar Led Street Light 1. Barangay Salvador, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Contractors, & Distributors Of Construction Materials For The Project: Installation Of Solar Lights (9 Units) 2. The Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. 3. The Following Eligibility Documents In Two (2) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than February 19, 2025: A.) Letter Of Intent; B.) Business License Permit/valid And Current Mayor’s Permit/municipal License; C.) Dti Business Name Registration Or Sec Registration Certificate; D.) Latest Audited Financial Statement; E.) Company Profile; F.) Tax Identification No. (tin); G.) Sworn Statement By The Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Biddings, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; H.) Other Appropriate License As Maybe Required By The Procuring Entity; I.) Statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Period Specified In The Iaeb, Including Contracts Awarded But Not Yet Started; J.) Articles Of Incorporation, Partnership Or Cooperation, Whichever Is Applicable, Including Amendments Thereto, If Any; K.) Sworn Affidavit Of The Bidder That Is Not Related To The Head Of The Procuring Entity, Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; L.) Valid Joint Venture Agreement In Case Of Joint Venture; M.) Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; Certification Under Oath That Each Of The Documents Submitted In Satisfaction Of Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Of The Original Complete And That All Statements And Information Provided Therein Are True And Correct; N.) Other Appropriate Licenses As May Be Required By The Procuring Entity Concerned; O.) Copies Of End-user’s Acceptance Letter For Completed Contracts; P.) Specification Of Whether Or Not Prospective Bidder Is A Manufacturer Supplier Or Distributor; Q.) Audited Financial Statement “received” By The Ir Or Its Duly Accredited And Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; R.) Computation Of Net Financial Contracting Capacity (nfcc) Or S.) Certificate Of Commitment Specific To The Contract At Hand, Issued By A Licensed Bank To Extend To The Bidder A Credit Line If Awarded The Contract Or; T.) A Cash Deposit Certified Certifying A Hold Out On Cash Deposits Issued By A Licensed Bank Which Shall Also Be Specific To The Contract To Be Bid, In An Amount Not Lower That The Set By The Procuring Entity In The Bidding Documents, Which Shall Be At Least Equal To 10% Of The Approved Budget For Contract. 4. Sealed Two (2) Envelope System Will Be Received By The Bac At The Barangay Hall Not Later Than 2:00 Pm On February 19, 2025. 5. Barangay Salvador, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Salvador, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Melo Guimong Bac Chairman Instructions To Bidders 1.1 Only Firms/entities Duly Qualified Eligibility Requirements By The Bids And Awards Committee(bac) To Participate In The Bidding May Submit Proposals. 1.2 Bids /tenders Shall Be Considered Only From Bidders Who Have Visited The Site And Who Have Secured Bid Documents With The Equipment Specification At The Bac Secretary, 1.3 All Bids/tenders Shall Be Prepared In English And Submitted To Bac Secretary; 1.4 The Bidder Shall Prepare His Bid By Accomplishing And Submitting Three (3) Copies Of The Bid/tender Documents(e.i. Prescribed Forms)including The Required Enclosed Attachments. All Blank Space Must Be Properly Filled Out By The Typewriter Except Where Specifically Otherwise Stated. 1.5 If Erasures Or Changes Are Made ,each Erasures Or Changes Must Initiated By The Person Signing The Bid/tender. 1.6 Bid/tenders Will Be Submitted For Any Items. Bids/tenders Must Be For All Items In The Bill Of Quantities Of Any Items. Bid/tenders Shall Be Written In Words As Well As In Figures, The Price In Words Shall Prevail. In Case Of Discrepancy In The Unit Price And The Extension Thereof, The Unit Price Shall Govern. 1.7 All Pages In Bid Tender Documents, Including Annexes Shall Be Signed In Ink. The Bid/tender Must Signed By The Bidder Himself Or Duly Authorized Person Or Persons. 1.8 The Bid/tender Shall Contain All The Information And Data Required To Be Furnished By The Bidder/tender. 1.9 The Bidder Required To Make A Careful Examination And Contemplated In The Bid Documents, Specifications, Special Provisions If Any, And The Form Of Contract, And Fully Informs Himself As To Quality Of Materials. The Submission Of Bids By Any Bidder Shall Be Deemed That He Has Made Such Examination And Is Satisfied As To The Condition To Be Encountered In Performing The Work Contemplated And Has Familiarized Him With All The Requirements Governing Or Affecting Him And His Operations. 1.10 The Barangay Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders /tenders For Any Expense Or Loss That May Occur In The Preparation Of Their Proposals, Nor Does The Barangay Guarantee That An Award Will Be Made Under The Contract Documents. Bid Security 1.11 All Bids Shall Be Accomplished By The Bid Security Least Equal To, And Not Lower Than One Percent(1%)as Approved Budget For The Contract To Be Bid In The Form Of Cash, Certified Check, Cashier’s Check ,managers Check, Bank Draft Or Irrevocable Letter Of Credit ,one And One Half Percent(1 ½%) In The Form Of Bank Guarantee, Two And One Half Percent (2 ½%)in The Form Of Surety Bond Callable Upon Demand Issued By A Reputable Surety Or Insurance Company Payable To Barangay Salvador, Tanauan, Leyte As A Guarantee That The Successful Bidder Within Ten Calendar Days(10) Or Less From Receipt Of Notice Of Award ,enter Into Contract With The Barangay And F6rnish The Performance Bond. Bid Securities Shall Be Valid For A Reasonable Period As Indicated Which Shall Not Be Less Than One Hundred Twenty (120) Calendar Days Following The Opening Of Bids. 1.12 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except Of Those That Failed To Comply With Any Of The Requirement Tone Be Submitted In The First Bid Envelop Of The Bid. 1.13 Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned. Submission And Receipt Of Bids 1.14 Bid/proposals In The Prescribed Form, Shall Be Submitted In Two (2) Sealed Envelope Properly Marked In Capital Letters The Name/title Of The Project To Be Bid And The Name Of The Bidders, And Must Be Addressed To; The Bac Chairman, Bids And Awards Committee(bac) And Or, Type Bac Chairman, Barangay Salvador, Tanauan, Leyte. The Bidders Shall Mark The Two Envelopes; Do Not Open (date And Time Of Opening Of Bids). 1.15 The First Envelope Which Should Be Marked “1st” Shall Contain The Following; 1.bid Security As To Form Amount And Validity Period ;2.authority Of The Signatory ;3.production /delivery Schedule; 4.manpower Requirements;5.after Sales Service/parts; If Applicable;6.technical Specifications;7. Commitment From The Suppliers/distributors/manufacturer’s Bank To Extend To Him A Credit Line If Awarded The Contract To Be Bid Or Cash Deposit Equivalent To Ten Percent (10%) Of The Abc (p289,231.23);8.duly Signed Certificate In Compliance With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Of Ra3019 ;duly Signed Statement Attesting To Have Complied With Responsibilities Listed In Gpra Irr-a And Other Documents /materials As Stated In The Instruction To Bidders. 1.16 The Second Envelope, Which Should Be Marked “2nd” Shall Contain The Following; 1.the Bid Prices In The Bill Of Quantities In The Prescribed Bid Form; 2.the Recurring And The Maintenance Costs, If Applicable. Withdrawal Of Bids 1.17 A Bidder May Modify Its Bid Before Deadline For The Submission And Receipt Of Bids Not Allowed To Retrieve Its Original Bid, But Shall Send Another Bid Equally Sealed, Properly Identified And Marked As A Modification And Stamped Received By Bac. 1.18 A Bidder Will Be Allowed To Withdraw His Bid Prior To The Time Set For Its Opening Provided He Communicated His Purpose In Writing To The Bac; In This Case The Bid/tender Shall Return To Him Un Opened .no Bid Can Be Withdrawn For Any Reason Whatsoever After Opening Of Bids Has Commenced. 1.19 The Bidder Shall Be Responsible For Having Taken Steps To Carefully Examine All The Contract Documents ,have Fully Informed Himself With All Conditions, Local Or Otherwise ,relative To The Carrying Out Of The Contract Work; 1.20 The Barangay Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions Obtained By The Bidder Out Of The Data Furnished By The Barangay Or Its Consultant, Either Before Or Conditions Contained In The Contract. Laws, Ordinances , Rules And Regulations 1.21 In Submitting A Proposal/bid ,the Bidder Is Considered To Have Familiarized Himself, Acts, Rules And Regulations Of The Republic Of The Philippines, Including Any Or All Local Ordinances Or Rules Or Regulations, Which In Any Manner May Affect Or Apply To The Operation And Activities Of The Bidders. The Bidder Shall Be The Employer Of The Personnel Whom He Will Engage The Prosecution Of The Contract And Is Under Obligation To Comply With The Labor Laws Of The Philippines. 1.22 In Addition , The Bidder Is Advised To Carefully Examine And To Inform And To Familiarized Himself With All The Ordinances ,rules, And Regulations Adopted By The Barangay In Regards With The Procurement Of Goods. Bidders Competence 1.23 The Barangay Reserves The Right To Fully Examine The Competence And Responsibility Of The Bidder At Any Time Before Award Of Contract By Aby Means And To Reject Any Bid/tender When Statement As To Business And Technical Organizations Or Financial Resources Or Construction Performance Have Been Found To Be False /and Or Fabricated And In The Barangay’s Opinion Would Justify Rejection. Pre Bid Conference 1.24 No Pre Bid Conference Will Be Conducted Except Upon Written Request Of Any Prospective Bidder Which Shall Be Held Within A Reasonable Period Before Prospective To Adequately Prepare The Bids Subject To The Approval Of The Bac. 1.25 Bids Will Be Opened On February 19, 2025 At Exactly 2:00 Pm At The Barangay Hall. Bidders Or Authorized Representative May Attend The Opening Of Bids. 1.26 Immediately After Opening Of Bids The Bac Of The Barangay Will Undertake A Thorough Study And Bid Evaluation Of Proposed Submitted. Award Of The Contract Shall Be Made To The Bidder With The Lowest Calculated Responsive Bid. 1.27 The Barangay Reserves The Right To Reject Any Or All Bids /tenders ,to Waive Informality In The Bid/tender Received .the Right Is Also Reserve To Reject The Bid/tender Of Any Bidder Who (a)have Previously Failed To Satisfactorily Perform Or Complete Any Construction Contract Undertaken By Him. (b)was Qualified In The Eligibility Requirement On The Basis Of Suppressed Or False Information; Or (c) Such Other Compelling Grounds As Determined During Bid Evaluation Of The Proposal Of Bids; 1.28 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Declaration By The Bac Of The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid And Immediately After Approval Of The Recommendation Of The Bac By The Local Chief Executive Of His Duly Authorized Representative Shall Issue The Notice Of Award To The Winning Bidder. Created By: Hon. Melo Guimong Bac Chairman
Closing Date19 Feb 2025
Tender AmountPHP 289.2 K (USD 5 K)
BARANGAY LINAO, TANAUAN, LEYTE Tender
Civil And Construction...+3Civil Works Others, Electrical and Electronics, Solar Installation and Products
Philippines
Details: Description Description I. Installation Of Solar Streetlights 1. Barangay Linao, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Distributors Of Construction Materials For The Project: Installation Of Solar Streetlights 2. The Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. 3. The Following Eligibility Documents In Two (2) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than February 25, 2025: A.) Letter Of Intent; B.) Business License Permit/valid And Current Mayor’s Permit/municipal License; C.) Dti Business Name Registration Or Sec Registration Certificate; D.) Latest Audited Financial Statement; E.) Company Profile; F.) Tax Identification No. (tin); G.) Sworn Statement By The Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Biddings, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; H.) Other Appropriate License As Maybe Required By The Procuring Entity; I.) Statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Period Specified In The Iaeb, Including Contracts Awarded But Not Yet Started; J.) Articles Of Incorporation, Partnership Or Cooperation, Whichever Is Applicable, Including Amendments Thereto, If Any; K.) Sworn Affidavit Of The Bidder That Is Not Related To The Head Of The Procuring Entity, Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; L.) Valid Joint Venture Agreement In Case Of Joint Venture; M.) Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; Certification Under Oath That Each Of The Documents Submitted In Satisfaction Of Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Of The Original Complete And That All Statements And Information Provided Therein Are True And Correct; N.) Other Appropriate Licenses As May Be Required By The Procuring Entity Concerned; O.) Copies Of End-user’s Acceptance Letter For Completed Contracts; P.) Specification Of Whether Or Not Prospective Bidder Is A Manufacturer Supplier Or Distributor; Q.) Audited Financial Statement “received” By The Ir Or Its Duly Accredited And Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; R.) Computation Of Net Financial Contracting Capacity (nfcc) Or S.) Certificate Of Commitment Specific To The Contract At Hand, Issued By A Licensed Bank To Extend To The Bidder A Credit Line If Awarded The Contract Or; T.) A Cash Deposit Certified Certifying A Hold Out On Cash Deposits Issued By A Licensed Bank Which Shall Also Be Specific To The Contract To Be Bid, In An Amount Not Lower That The Set By The Procuring Entity In The Bidding Documents, Which Shall Be At Least Equal To 10% Of The Approved Budget For Contract. 4. Sealed Two (2) Envelope System Will Be Received By The Bac At The Barangay Hall Not Later Than 2:00 Pm On February 25, 2025. 5. Barangay Linao, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Linao, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Feliciana Cinco Brgy. Chairman Instructions To Bidders 1.1 Only Firms/entities Duly Qualified Eligibility Requirements By The Bids And Awards Committee(bac) To Participate In The Bidding May Submit Proposals. 1.2 Bids /tenders Shall Be Considered Only From Bidders Who Have Visited The Site And Who Have Secured Bid Documents With The Equipment Specification At The Bac Secretary, 1.3 All Bids/tenders Shall Be Prepared In English And Submitted To Bac Secretary; 1.4 The Bidder Shall Prepare His Bid By Accomplishing And Submitting Three (3) Copies Of The Bid/tender Documents(e.i.prescribed Forms)including The Required Enclosed Attachments.all Blank Space Must Be Properly Filled Out By The Typewriter Except Where Specifically Otherwise Stated. 1.5 If Erasures Or Changes Are Made ,each Erasures Or Changes Must Initiated By The Person Signing The Bid/tender. 1.6 Bid/tenders Will Be Submitted For Any Items.bids/tenders Must Be For All Items In The Bill Of Quantities Of Any Items .bid/tenders Shall Be Written In Words As Well As In Figures,the Price In Words Shall Prevail. In Case Of Discrepancy In The Unit Price And The Extension Thereof,the Unit Price Shall Govern. 1.7 All Pages In Bid Tender Documents ,including Annexes Shall Be Signed In Ink .the Bid/tender Must Signed By The Bidder Himself Or Duly Authorized Person Or Persons. 1.8 The Bid/tender Shall Contain All The Information And Data Required To Be Furnished By The Bidder/tender. 1.9 The Bidder Required To Make A Careful Examination And Contemplated In The Bid Documents ,specifications,special Provisions If Any ,and The Form Of Contract,and Fully Informs Himself As To Quality Of Materials.the Submission Of Bids By Any Bidder Shall Be Deemed That He Has Made Such Examination And Is Satisfied As To The Condition To Be Encountered In Performing The Work Contemplated And Has Familiarized Him With All The Requirements Governing Or Affecting Him And His Operations. 1.10 The Barangay Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders /tenderscfor Any Expense Or Loss That May Occur In The Preparation Of Their Proposals,nor Does The Barangay Guarantee That An Award Will Be Made Under The Contract Documents. Bid Security 1.11 All Bids Shall Be Accomplished By The Bid Security Least Equal To,and Not Lower Than One Percent(1%)as Approved Budget For The Contract To Be Bid In The Form Of Cash,certified Check,cashiers Check,managers Check,bank Draft Or Irrevocable Letter Of Credit ,one And One Half Percent(1 ½%) In The Form Of Bank Guarantee, Two And One Half Percent (2 ½%)in The Form Of Surety Bond Callable Upon Demand Issued By A Reputable Surety Or Insurance Company Payable To Barangay Linao, Tanauan, Leyte As A Guarantee That The Successful Bidder Within Ten Calendar Days(10) Or Less From Receipt Of Notice Of Award ,enter Into Contract With The Barangay And F6rnish The Performance Bond.bid Securities Shall Be Valid For A Reasonable Period As Indicated Which Shall Not Be Less Than One Hundred Twenty (120) Calendar Days Following The Opening Of Bids. 1.12 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing ,except Of Those That Failed To Comply With Any Of The Requirement Tone Be Submitted In The First Bid Envelop Of The Bid. 1.13 Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned . Submission And Receipt Of Bids 1.14 Bid/proposals In The Prescribed Form ,shall Be Submitted In Two (2) Sealed Envelop Properly Marked In Capital Letters The Name/title Of The Project To Be Bid And The Name Of The Bidders ,and Must Be Addressed To; The Bac Chairman,bids And Awards Committee(bac)and Or,type Bac Chairman, Barangay Linao Tanauan, Leyte .the Bidders Shall Marked The Two Envelopes;do Not Open(date And Time Of Opening Of Bids). 1.15 The First Envelope Which Should Be Marked “1st”shall Contain The Following;1.bid Security As To Form Amount And Validity Period ;2.authority Of The Signatory ;3.production /delivery Schedule ;4.manpower Requirements;5.after Sales Service/parts;if Applicable;6.technical Specifications;7. Commitment From The Suppliers/distributors/manufacturer’s Bank To Extend To Him A Credit Line If Awarded The Contract To Be Bid Or Cash Deposit Equivalent To Ten Percent (10%) Of The Abc (p149,974.31);8.duly Signed Certificate In Compliance With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Og Ra3019 ;duly Signed Statement Attesting To Have Complied With Responsibilities Listed In Gpra Irr-aand Other Documents /materials As Stated In The Instruction To Bidders. 1.16 The Second Envelope,which Should Be Marked’’2nd ‘’shall Contain The Following;1.the Bid Prices In The Bill Of Quantities In The Prescribed Bid Form;2.the Recurring And The Maintenance Costs, If Applicable. Withdrawal Of Bids 1.17 A Bidder May Modify Its Bid Before Deadline For The Submission And Receipt Of Bids Not Allowed To Retrieve Its Original Bid ,but Shall Send Another Bid Equally Sealed,properly Identified And Marked As A Modification And Stamped Received By Bac. 1.18 A Bidder Will Be Allowed To Withdraw His Bid Prior To The Time Set For Its Opening Provided He Communicated His Purpose In Writing To The Bac;in This Case The Bid/tender Shall Return To Him Un Opened .no Bid Can Be Withdrawn For Any Reason Whatsoever After Opening Of Bids Has Commenced. 1.19 The Bidder Shall Be Responsible For Having Taken Steps To Carefully Examine All The Contract Documents ,have Fully Informed Himself With All Conditions, Local Or Otherwise ,relative To The Carrying Out Of The Contract Work; 1.20 The Barangay Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions Obtained By The Bidder Out Of The Data Furnished By The Barangay Or Its Consultant,either Before Or Conditions Contained In The Contract. Laws, Ordinances , Rules And Regulations 1.21 In Submitting A Proposal/bid ,the Bidder Is Considered To Have Familiarized Himself,acts,rules And Regulations Of The Republic Of The Philippines,including Any Or All Local Ordinances Or Rules Or Regulations,which In Any Manner May Affect Or Apply To The Operation And Activities Of The Bidders.the Bidder Shall Be The Employer Of The Personnel Whom He Will Engage The Prosecution Of The Contract And Is Under Obligation To Comply With The Labor Laws Of The Philippines. 1.22 In Addition , The Bidder Is Advised To Carefully Examine And To Inform And To Familiarized Himself With All The Ordinances ,rules,and Regulations Adopted By The Barangay In Regards With The Procurement Of Goods. Bidders Competence 1.23 The Barangay Reserves The Right To Fully Examine The Competence And Responsibility Of The Bidder At Any Time Before Award Of Contract By Aby Means And To Reject Any Bid/tender When Statement As To Business And Technical Organizations Or Financial Resources Or Construction Performance Have Been Found To Be False /and Or Fabricated And In The Barangay”s Opinion Would Justify Rejection. Pre Bid Conference 1.24 No Pre Bid Conference Will Be Conducted Except Upon Written Request Of Any Prospective Bidder Which Shall Be Held Within A Reasonable Period Before Prospective To Adequately Prepare The Bids Subject To The Approval Of The Bac. 1.25 Bids Will Be Opened On February 25, 2025 At Exactly 02:00 Pm At The Barangay Hall. Bidders Or Authorized Representative May Attend The Opening Of Bids. 1.26 Immediately After Opening Of Bids The Bac Of The Brgy. Will Undertake A Thorough Study And Bid Evaluation Of Proposed Submitted.award Of The Contract Shall Be Made To The Bidder With The Lowest Calculated Responsive Bid. 1.27 The Brgy. Reserves The Right To Reject Any Or All Bids /tenders ,to Waive Informality In The Bid/tender Received .the Right Is Also Reserve To Reject The Bid/tender Of Any Bidder Who (a)have Previously Failed To Satisfactorily Perform Or Complete Any Construction Contract Undertaken By Him. (b)was Qualified In The Eligibility Requirement On The Basis Of Suppressed Or False Information;or (c) Such Other Compelling Grounds As Determinedcduring Bid Evaluation Of The Proposal Of Bids; 1.28 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Declaration By The Bac Of The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid And Immediately After Approval Of The Recommendation Of The Bac By Thr Local Chief Executive Of His Duly Authorized Representative Shall Issue The Notice Of Award To The Winning Bidder. Created By; Hon. Feliciana Cinco Brgy. Chairman
Closing Date25 Feb 2025
Tender AmountPHP 138.9 K (USD 2.4 K)
Eastern Samar State University - ESSU Tender
Laboratory Equipment and Services
Philippines
Details: Description Request For Quotation (rfq) Date: February 23, 2025 Rfq No.: 2025-ron027 Pr#: 2025-02-076 The Owner/proprietor _________________________ _________________________ Sir/ma’am: Please Quote Your Price For The Items Specified Below, Taking Into Consideration The Following & Fill-up The Above Portion “the Owner/proprietor& The Portion Below The Price Quotation: Name Of The Transaction: Purchase Of Supplies For Coe Physics And Chemistry Laboratory Use In Compliance With The Copc Requirement. Terms And Conditions 1. The Total Approved Budget For The Contract (abc) Is Six Hundred Forty-eight Thousand Nine Hundred Pesos Only (₱648,900.00) 2. Price Quotation Should Be Inclusive Of The Required Tax Obligations; 3. Submission Of Bids Through Sealed Envelope Or Electronic Mail To Essubacoffice1@gmail.com When: On Or Before 9:00 Am Of February 26, 2025 Where: Quotation Drop Box, Bac Office, 2nd Floor Of Essu Admin Building 4. Opening Of Submitted Rfqs: When: Exactly 10:00 Am Of February 26, 2025 Where: Procurement Office, 2nd Floor Of Essu Admin Building 5. Evaluation Of Bids Shall Be Conducted On A “per Item” Basis; Delivered To Essu Main Campus 6. Delivery Period Is Fifteen Calendar Days (15 Cd) Upon Receipt Of Notice To Proceed (ntp). 7. If Awarded The Contract, Processing Of Payment Shall Be Made Within Five (5) Working Days Upon Receipt Of Billing Request. 8. Refusal To Accept An Award May Be Ground For Imposition Administrative Sanctions Under Rule Xxiii Of The 2016 Revised Irr Of Ra 9184; And 9. Failure Of The Supplier To Deliver Goods And Render Services Under The Contract Within The Specified Delivery Schedule Shall Made Him/her Liable For Damages For The Delay. 10. Subject To The Submission Of The Following Documents: Failure To Submit The Same May Result For A Disqualification Under The Applicable Law. A. Dti/sec Certificate Of Registration B. Income /business Tax Return (abc’s Above 500k) C. Mayor’s /business Permit D. Philgeps Class “a” Platinum Or Philgeps Registration Number E. Omnibus Sworn Statement Notarized (for Abc’s Above 50k) F. Professional License/curriculum Vitae (consulting Services Only) G. Pcab License (infra Project Only H. Request For Quotation (rfq) 11. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable Rolando L Cadalin Jr. Authorized Canvasser Dr. Jerald P. Torillo Bac Chairperson To The Bac Chairperson: I Have Read And Understood The Procurement Terms And Conditions Stated Above. By Signing This Quote, I Hereby Agree And Bind Myself To The Above Terms And Conditions. Item # Qty Unit Particular Abc Bid Price Unit Price Total Amount 1 5 Pcs Al Strips 1,000.00 2 10 Pcs Alligator Clip 1,000.00 3 1 Set-up Conductivity Apparatus 10,000.00 4 10 Pcs Cu Strips 5,000.00 5 25 Ml Cuso4 Solution 10,000.00 6 1 Set-up Distillation Apparatus, 1000ml 24/40 Glass Distillation Vacuum Apparatus W/500ml Erlenmeyer Flask 22,000.00 7 25 Ml Electrolyte Solution 15,000.00 8 5 Pcs Evaporating Dish, 100ml Ceramic 4,000.00 9 25 Ml Fe (no3)3 Solution 4,000.00 10 25 Ml Fecl3 Solution 3,000.00 11 5 Pcs Filter Stand 5,000.00 12 5 Pcs Glass Funnel, 90mm 2,000.00 13 5 Pcs Graduated Cylinder, 50ml, 100ml, 250ml, 500ml, 1l 3,000.00 14 80 Ml Hcl Solution 4,500.00 15 25 Ml Hexane, Non Polar Solvent 3,000.00 16 8 Grams I2 Crystals, Granular Form 1,500.00 17 25 Ml Kcl Solution 1,500.00 18 3 Grams Kclo3 Solid, White Crystalline Solid 500.00 19 25 Ml Kmno4 Solution 1,500.00 20 25 Ml Kscn Solution 1,500.00 21 10 Pcs Mg Strips, Thin Strips Of Magnesium Metal; 99% Pure 1,200.00 22 5 Grams Nacl 2,000.00 23 50 Ml Nacl Solution 1,000.00 24 25 Ml Naoh Solution 1,000.00 25 5 Ml Nh4oh Solution, 28% To 30% Concentration 1,000.00 26 50 Ml Pb (no3)2 Solution 3,000.00 27 5 Pcs Pb Strips 500.00 28 5 Pcs Petri Dish 1,000.00 29 20 Pcs Ph Paper 500.00 30 5 Pcs Sand Bag 2,500.00 31 5 Pcs Syringe,1 Ml, 5 Ml, 10 Ml Capacities, Plastic Or Glass 1,000.00 32 5 Pcs Triple Beam Balance, 0.1gram Accuracy, 2kg Capacity 30,000.00 33 5 Grams Urea 1,500.00 34 25 Ml Zn (no3)2 Solution, 0.1 M To 1 M Solutions 2,500.00 35 15 Pcs Zn Strips 3,000.00 36 5 Pcs Filter Paper, Ashless, 90 Mm Diameter 1,000.00 37 5 Pcs Iron Stand And Ring, Adjustable Rings, Corrosion-resistant 9,000.00 38 5 Pcs Tripod, Stainless Steel, Height-adjustable 4,500.00 39 15 Pcs Glass Tubing, Borosilicate Glass, Various Diameters 6,750.00 40 2 Sets Aluminum Foil, 1: Heating Temperature: 350-410 Degrees. 2: Tensile Strength (mpa) "75. 3: Yield Strength (mpa) "35 4: Standard: Gb / T3190-1996 5: Elongation: 3-5 6: Aluminum Content: 99.6% 7: Hb Hardness: 20-35 8: Welding: General 9: Cutting Resistance: Very Good 10: Corrosion Resistance: General. Features : -aluminum 300.00 41 10 Pcs Bar Magnet, 1: Heating Temperature: 350-410 Degrees. 2: Tensile Strength (mpa) "75. 3: Yield Strength (mpa) "35 4: Standard: Gb / T3190-1996 5: Elongation: 3-5 6: Aluminum Content: 99.6% 7: Hb Hardness: 20-35 8: Welding: General 9: Cutting Resistance: Very Good 10: Corrosion Resistance: General. Features : -aluminum 4,000.00 42 5 Pcs Beaker, Material:gg-17 Borosilicate Glass Capacity:250 Ml 750.00 43 5 Pcs Beam Balance, Max. Weight: 2610g Graduation Value: 0.1g Beam Calibrations: 10*0.1g, 100*10g,500*100g Total Capacity Is 2610grams 15,000.00 44 5 Pcs Bread Board, Solderless Breadboard Specifications: Size/dimensions: Mini: 170-400 Points 1,500.00 45 5 Sets Bridging Plugs/connecting Wires, Material: Imported Polycarbonate, Copper Working Voltage: < 36v Max Current: 9a (conductor Without Wire) Workable Wire Type: Solid Wire / Stranded Wire Workable Wire: 22-20awg/0.34 - 0.54 Mm² Flame Retardancy Level: Ul94v-0 Protection Rating: Ip40 Outer Body Cold Resistance: - 45°c Working Temperature: -20°c~80°c Quantities: 10 Pieces Size: Approx. 21.8 * 9.8 * 6.15mm / 0.85 * 0.38 * 0.24in Net Weight: Approx. 9g 2,000.00 46 5 Pcs Clamp, Material: Galvanized Steel Style: Double And Single 1/2" 2,000.00 47 5 Pcs Coil, 10m Nichrome Resistance Wire Nichrome Heating Coil For Heating Machine 0.25mm Features: Nichrome(cr20ni80) Heating Alloy, Temperatures Resistant, Corrosion Resistant. Wire Diameter: 0.25mm/0.01inch; Length: 10m/33ft. 2,000.00 48 5 Pcs Compass, Product Name: High-precision Stainless Steel Multifunctional Metal Compass Material: Stainless Steel Weight: 80g/2.82oz,55g/1.94oz Size: 7.5cm × 7.5cm × 1.4cm/2.95inch × 2.95inch × 0.55inch 6.0cm × 6.0cm × 1.3cm/2.36inch × 2.36inch × 0.51inch 5,000.00 49 15 Pcs Component Holder, The Component Holder Is An Instrument For Holding The Electronic Components Such As Resistors, Capacitors, Leds, Ldrs Etc For The Use In Different Experimental Circuits. With 4 Mm Socket Connectors 2,250.00 50 5 Pcs Concave Lens, Optical Glass Optics Double Concave Lens Great Concave Glass For Spinning Tops Material: Optical Glass Lens Diameter: 10cm Focal Length: -30cm 2,500.00 51 5 Pcs Conducting Paper, Material Composition: Base: Made Of Paper Or Cardboard. Coating: The Conductive Material (such As Graphite, Silver, Or Carbon) Is Typically Applied To The Surface Of The Paper To Provide Conductivity. 5,000.00 52 5 Sets Connecting Wires, 10 Meters Pvc Wire 20awg 1.8mm Pvc Wire Electronic Cable Insulated Led Cable 2,500.00 53 5 Pcs Convex Lens, Material: Optical Glass Color: Transparent Shape: Biconvex Lens Diameter: 25mm Focal Length: 45mm Package Included 2/10 X 25*45mm Biconvex Lens 2,500.00 54 5 Pcs Crossed Arrow Target, Diameter: 40cm Weight: 20g Material: Paper 5,000.00 55 5 Pcs Cylindrical Lens, Product: Cylinder Material: Alloy And Glass. Color: Silver. Overall Length: 70mm/2.76". Lens Dia: 36mm/1.18" 2,500.00 56 5 Pcs Fixed Capacitor (330 Microfarad), 330uf Smd Tantalum Capacitor 2.5 Volts 2,500.00 57 25 Pcs Fixed Resistor (100 Ohms), Features:standard General Purposemaximum Power Dissipation:2wtolerance Rating:±1% 3,000.00 58 5 Pcs Frame For Bar Magnets, The Practical Poster Frame Holder Consists Of A Ferrite Magnet, A Plastic Housing Available In Black Or White And A Horizontal Adapter For Our Special Poster Frames On The Top. The Holder Enables Posters And Advertising Materials To Be Attached Quickly And Flexibly To All Magnetic Surfaces. Thus, In Combination With The Poster Frame, It Is Ideally Suited And The Ideal Aid For The Sales Or Storage Room Of Shops Or On Exhibition Stands. The Holder Is Also Characterized By A Relatively High Adhesive Force. Weight: 43 G / Pcs 5,000.00 59 5 Pcs Galvanometer, Material: Plastic + Electronic Component Sensitive Range: -30-0-30μa Size: 133x97x100mm Accuracy: ≤5% Application: Environment Temperature: 0℃+40℃ Relative Humidity: ≤85% 12,500.00 60 5 Pcs Glass Plate, Specifications: Material: Borosilicate Glass Culture Dishes Size Types:approx 60mm 75mm 90mm 100mm (diameter) 60mm Type Size:approx 56x65x18mm/2.2x2.56x0.71in 75mm Type Size:approx 72x79x17mm/2.83x3.11x0.67in 90mm Type Size:approx 86x96x20mm/3.38x3.78x0.78in 1000mm Type Size:approx 97x106x22mm/3.82x4.17x0.87in 2,500.00 61 5 Pcs Glass Plate Of Size Similar To Friction Board, Size: 4" X 6" Clear Glass Plate; 6" X 8" Clear Glass Plate; 8" X 10" Clear Glass Plate 1,500.00 62 5 Pcs Hanging Mass, Contains 4 50g Weights And A 50g Hanger Weights Are Slotted To Fit And Lock On To The Hanger Slot Is Approximately 2mm Wide 1,500.00 63 5 Pcs Horseshoe Magnets, Material: Alnico; Dimension: 25mm L X 9x9mm 5,000.00 64 5 Pcs Hydrometer Jar, Body Color : Clearbottle/jar Shape: Cylindricaldiameter: 50 Mmheight : 375 Mmlabware Basic Material : Glasslabware Capacity : 600 Mlmouth : Wide 5,000.00 65 5 Pcs Inclined Plane, Material: Alloy Steel Style : Modern Power Source: Manual Product Dimensions : 24.4 X 7.5 X 2.4 Inches (62 X 19.1 X 6.1 Cm); 6 Pounds (2.72 Kg) 25,000.00 66 5 Pcs Inverted U-tube, Made Of Stainless Steel 304 1.5mm Thickness 2” Diameter Rd. Tube , 180 Deg. U Shaped 30cm Outside Diameter - Width Mandrel Bend Mirror Finished 15,000.00 67 5 Sets Iron Fillings, Iron, Filings, 40 Mesh, Laboratory Grade, 500 G 1,000.00 68 5 Sets Jumper, Jumper Cable 10/15/20/30 Cm. 40p Pam Wire Bread Board Rehearsal 2.54mm Dupont Line 1,000.00 69 15 Pcs Light Source, Sodium/mercury Lamps, High Pressure Sodium Lamp Plant Lighting Growing Lamp Bulb Yellow High Efficiency 220v E27 E40 70w 100w 250w 400w 1000w; 125w160w250w500w Self-ballasted Mercury Lamp Mercury Lamp Fluorescent Lamp 15,000.00 70 5 Pcs Mass With Hook, Solid Chrome Plated Metal, Durable To Use; 200g Per Double Hook Weight. The Weights Are Easy To Move And Have Hooks On Both Sides For Attaching Extra Weight. 4,000.00 71 5 Sets Masses, Stainless Steel Anti-oxidation: Contains Different Masses (1g-100g) 6,000.00 72 5 Pcs Metal Ball Of Different Sizes, Name: Steel Ballmaterial: 304 Stainless Steelsurface: Polished Processspecification: 1mm 1.2mm 1.5mm 1.588mm 1.8mm 2mm 2.381mm 2.5mm 2.778mm 3mm 3.175mm 3.5mm 3.969mm 4.5mm 4.763mm 5mm 5.556mm 6mm 6.35mm 6.5mm 7mm 7.144mm 7.5mm 8mm 8.5 Mm 9mm 9.525mm 10mm 11mm 12mm 3,500.00 73 2 Sets Metal Conductor With Insulated Handle, Specification: Size: 16awg~24awg Ul1015 Length: 10meters Raged Voltage: 600v Temperature Resistance: 105deg.c Conductor Material:tinned Copper Insulation Material:pvc It Will Be A Single Cut If Order 2 Or More Pcs Features: Wire Core Is Composed Of Many Strands Of Tinned Copper Wire, External Insulation Consists Of Pvc. 2,000.00 74 5 Pcs Metal Stand, Load Capacity: Should Be Capable Of Holding Weights Or Apparatus (up To 5–10 Kg) Securely. Height: Adjustable Height To Accommodate Apparatus Like A Rotating Drum Or Calorimeter. Corrosion Resistance: Essential For Experiments Involving Liquids Or High Humidity. Flexibility: The Stand Should Allow For Easy Attachment And Adjustment Of Clamps For Precise Alignment. 10,000.00 75 5 Pcs Metal Stick, 150 X 10 Mm Dia. 1,000.00 76 5 Pcs Micrometer Caliper, High Precision: The Precision Is 0.02mm Multi Function: Metric Thickness Is Included Between 0 And 6 Inches / 150 Mm. It Can Measure Outer Diameter, Inner Diameter, Depth And Pitch Value Of Exquisite Item, A Multifunctional Tool For You. Measurement Range: 0 - 150mm 5,000.00 77 5 Pcs Mohr-westpal Balance, Plummet Volume: Pre-calibrated To Displace A Known Volume Of Liquid. Weight Accuracy: Typically To The Nearest 0.001 G. Scale Range: Usually Measures Specific Gravity Values From 0.7 To 2.0 Or More. Material: Corrosion-resistant Materials For Durability. 20,000.00 78 5 Pcs Mounted Straight Wire, Wire Material: Copper Or Aluminum, Chosen For Their Excellent Electrical Conductivity.wire Gauge: Typically 20 To 22 Awg (american Wire Gauge) For Manageable Current Handling And Ease Of Manipulation.length: Varies Based On Experimental Requirements; Common Lengths Range From 1 Meter To Several Meters.mounting Base: Non-magnetic Materials Such As Acrylic Or Pvc To Prevent Interference With The Magnetic Field. 2,500.00 79 5 Pcs Natural Magnets, Material: Magnetite (fe₃o₄), A Naturally Occurring Iron Oxide. Magnetic Strength: Generally Weaker Than Synthetic Magnets Like Neodymium Or Samarium-cobalt. Shape: Typically Irregular, As They Are Naturally Formed. Size: Varies; Small Specimens Suitable For Display Or Study Are Common. 2,500.00 80 5 Pcs Parallel Ray Lens, Lens Shape: Plano-convex Surface Quality: 60-40 Scratch-dig Surface Flatness: Λ/8 Surface Accuracy: 1.5 Λ Chamfers Angle/tolerance: 45° ±15° Material: Germanium Clear Aperture: ≥central 90% Of Surface Area 15,000.00 81 5 Pcs Ray Optics Mirror, 1x Double-convex Lens 1x Double-concave Lens 1x Acrylic Trapezoid 1x Triangular Mirror Accessory With Concave, Convex, And Plane Reflective Surfaces 1x Hollow Lens To Fill With A Liquid Or Use As An Air Lens. 1x Storage Box/water Tank With Foam Insert And White Plastic Sheet 12,500.00 82 10 Pcs Resistors,m Type: Fixed Resistor (0ω, 22ω, 47ω, 100ω, 150ω, 200ω, 220ω, 270ω, 330ω, 470ω, 510ω, 680ω, 1kω, 2kω, 2.2kω, 3.3kω, 4.7kω, 5.1kω, 6.8kω, 10kω, 20kω, 47kω, 51kω, 68kω, 100kω, 220kω, 300kω, 470kω, 680kω, 1m)resistance Tolerance: 1%technology: Cermetcolor: Blueoperating Temperature: -20-+85temperature Coefficient: -20-+85model Number: 10r 22r 47r 100r 150r 200r 220r 270r 330rrated Power: 1/4w 2,000.00 83 5 Pcs Reversing Switch, Within Dc220v High Current: 15a Rated Current: 10a High Power: 250w This Product Can Manually Control Brush Dc Motor Forward, Stop, Reverse Function. 2,500.00 84 5 Pcs Ring, Ring Clamps (or Iron Rings) Are Also Commonly Used In The Organic Lab. They Are Used To Hold Separatory Funnels, And Can Be Used To Secure Funnels When Filtering Or Pouring Liquids Into Narrow Joints. Size: 100mm; 120mm; 140mm; 60mm;80mm 2,000.00 85 5 Sets Rubber Hammer, Dimension: *small - Weight: 240g - Length: 9in - Head Diameter: 5cm - Head Length: 8cm *medium - Weight: 390g - Length: 11in - Head Diameter: 6cm - Head Length: 9cm *large - Weight: 785g - Length: 13in - Head Diameter: 7cm - Head Length: 11cm Material: Rubber Mallet With Wooden Handle 5,000.00 86 5 Sets Set Of Weights, Name:calibration Weight Set Size:as Show Material:steel Package:10g、20g、50g、100g、200g、500g 5,000.00 87 5 Pcs Slit Mask, Aperture Size: Diameter 1mm Hole, 2 Pieces, Black Anodizing Finishing, Sensing Range 180 Mm (gse2s) And 198 Mm (wse2s) 10,000.00 88 5 Pcs Slit Plate, Material: Molybdenum; Size 150 X 1 Mm(t), Various Sizes Of Slits 10,000.00 89 5 Sets Slotted Masses, 5-500g, 2 X Slotted Masses(200g) 2 X Slotted Masses(100g) 2 X Slotted Masses(50g) 2 X Slotted Masses(20g) 2 X Slotted Masses(10g) 2 X Slotted Masses(5g) 3 X Slotted Masses( 2g) 2 X Hangers 1 X Box 4,000.00 90 5 Pcs Solenoid, Current Characteristics : Direct; Recommended Power On Time: Within 5 Secondstrip : 10mm12v: Current: 2a, Suction: 4n24v: Current: .300ma, Suction: 4n1.a Framework: High Quality Low Carbon Steel, A Integrated, Remanence Little White Zinc Plating, Beautiful And Corrosion Resistance2.coilnational Standard Copper Electromagnetic Wire, Mechanical Automation Winding; The Iron Core: Pure Iron Core, The Demagnetization Heat Treatment, Magnetic Force Is Stronger; Spring/card/nut: Using 304 Stainless Steel, Durable; Copper Wire: High-temperature Tin Plated Copper Wire, Oxidation Resistance, Low Resistance Can Withstand High Tension, Two Lines Of Both Positive And Negative 2,500.00 91 5 Pcs Spark Timer/ticker Timer, Material: Metal Package Weight: Approx.490g Size: Approx.15x15x4cm/5.90x5.90x1.57in 12,500.00 92 5 Pcs Spdt Switch, Ac 250v/3a 125v/5a Momentary Spdt 3 Positions Toggle Switch T80-r 1,250.00 93 5 Sets Specimen For Shot, 60 Ml Capacity 750.00 94 5 Pcs Spherical Mirror, Diameter: 45cm、60cm、80cm Mirror Curvature: 130 Degrees Style: Indoor、outdoor 12,500.00 95 5 Pcs Spring, Compression Springs, Return Springs, Carbon Steel Nickel Plated Compression Springs; Color: Nickel Color ; Size: Wire Diameter 1.1mm*outer Diameter 15mm*length 40mm*9 Turns 1,250.00 96 15 Pcs Spring Balance, Metal Spring Balance Sizes: 12kg,25kg,50kg 5,250.00 97 5 Pcs Spst Switch, *name: Rocker Switch *material: Plastic + Metal *color: Black (as Pictures Show) *voltage: Dc 12v,16a *ports: 2 Pins *spst: On-off *dimension: 10*15mm/0.4*0.6 Inch (approx.); Spst On-off Control And 2 Terminals 150.00 98 5 Pcs Stirrer For Shot, Glass Stirring Rod Made From High Quality Borosilicate Glass Suitable For Mixing Reagents And Solutions In The Laboratory. Can Also Be Used In Mixing Formulations In The Cosmetics, Pharma, Etc. Available Sizes: 1. 30 Cm ± 1 Cm (diameter: 6 Mm) 2. 20 Cm ± 1 Cm (diameter: 6 Mm) 3. 15 Cm ± 1 Cm (diameter: 6 Mm) Sold Per Piece. Kindly Allow Measurement Difference Of +/- 1 Cm. 500.00 99 5 Pcs Stopwatch, Package Size: 9.3x2.6x14cm / Package Weight: 40g Body Weight: (approximately) 60 G Material: Resin Functions: Countdown Timer (maximum Set: 99 Hours 59 Minutes 59 Seconds), 4 Timers, Count Up (maximum Measurement Time: 99 Hours 59 Minutes 59 Seconds), Time Display, Magnet, Clip For Stand, 12/24 Hour System Display Switching Power Supply: Alkaline Button Cell Battery (lr44) X 1 (battery Life Approx. 1 Year) 2,500.00 100 5 Pcs Spring, Compression Springs, Return Springs, Carbon Steel Nickel Plated Compression Springs; Color: Nickel Color ; Size: Wire Diameter 1.1mm*outer Diameter 15mm*length 40mm*9 Turns 1,250.00 101 5 Pcs String, Withstands Up To 133 Newtons Of Force (equivalent To 13.6 Kg). 5,000.00 102 5 Pcs Support Rod, Material:aluminum Alloy Type:silver Hood Support,brown Hood Support,nylon Rope Hood Support Length:approx.40.5cm/15.94''-63cm/24.8'' 2,500.00 103 2 Sets Tesla Meter/tangent Galvanometer, Level 1 Technical Specificationsrange :200 Mt 2000 Mt (full Automatic Range Switching)measurement Range: 0 ~ 2400mt 0 To 24000gs (1mt=10gs)range Of Measurements:0 ~ 120%minimum Resolution :10ut 4 Digits Display (0.1gs 0.01mt 10ut)basic Accuracy :±1% (full Range Meets)number Of Digits Displayed :4 Bits (decimal)power Supply :one 9 V Battery(battery Not Included)working Temperature :0℃ ~ 50℃storage Temperature :-20℃ ~ 50℃shape Size :160 Mm × 80 Mm × 32 Mmdevice Weight :260 G (including Batteries And Wires)hall Probe Longitudinal Hall Probe, Wire Length Is About 2 Meters 30,000.00 104 5 Pcs Thermometer, Laboratory-grade, Precision ±0.1°c 2,500.00 105 5 Pcs Tuning Forks Of Three Different Frequencies , Tuning Fork Set - 128hz, 256hz, 512hz 7,500.00 106 5 Pcs Vernier Caliper, Measuring Range: 0–150 Mm / 0–6 Inch Resolution: 0.01mm/0.0004" Accuracy: +0.04mm/0.0016" Tolerance: The 0.04mm Battery: 1 * Lr44 Button Battery(not Included) Material: 4cr13 Stainless Steel Header Material : Abs Plastic Size:236mm/9.2in * 77mm/3in * 15mm/0.59in Package Informations: Package Size:230*80*20mm/8.97*3.12*0.78in Package Weight:290g/10.15oz 2,500.00 107 5 Pcs Vom Or Multitester, Lcd Display 1999 Counts Dc Voltage: 200mv/2v/20v/200v/600v Ac Voltage: 200v/600v Dc Current: 200ua/2ma/200ma/10a Dimension : 7 X 5 X 15 Cm (l*w*h) 2pcs Battery 1pc Negative Probe 5,000.00 108 5 Pcs Weight Holder, Material: Stainless Steel Or Brass Design: Features Hooks Or Slots For Attaching Weights, With Adjustable Components To Accommodate Various Weight Sizes.capacity: 5g-1kg 2,500.00 109 5 Pcs Wooden Cart, Material: Solid Wood (often Hardwood Like Oak Or Maple) Or A Wood Composite (e.g., Plywood); Load Capacity: Varies By Model; Some Carts Can Support Up To 440 Lbs. Dimensions: Common Sizes Include 30" W X 18" D X 30" H. Wheels: Heavy-duty Wheels, Often Made Of Pp (polypropylene) Or Rubber, For Easy Maneuverability. 22,500.00 110 5 Pcs Clamps, Adjustable Metal Or Plastic Devices With A Maximum Opening Range Of 10–50 Mm, Used To Securely Hold Apparatus Or Objects During Experiments. 1,250.00 111 5 Pcs Plane Board With Stand, A Flat Board (50 Cm X 50 Cm To 100 Cm X 100 Cm) Mounted On An Adjustable Stand (50 Cm To 150 Cm Height), Used For Holding Or Displaying Experimental Setups. 25,000.00 112 5 Sets Specimen Liquid, A Liquid Sample Used In Experiments For Studying Properties Like Density Or Viscosity, Typically Measured In Milliliters (ml). 3,000.00 113 5 Pcs U-tube, Length Of Arms: 200 Mm Stand Rod: 33 Mm X 10 Mm Dia Base Plate: 210x70 Mm Approx 30,000.00 114 1 Box Copper Wire, 3.5 Sq.mm Thhn Wire 3,500.00 115 1 Box Copper Wire, 5.5 Sq. Mm Thhn Wire 4,000.00 116 50 Unit Complete Set Of Netwrok Cable Fabrication Tools, Cat 5e/cat 6 Ethernet Cable, Cable Tester, Wire Stripper, Crimping Tool, Rj45 Connector(plastic, Standard, 9v Battery) 15,000.00 Please Fill-out This Portion Legibly And Completely: Name Of Business Or Firm: _________________________________________________________________ Authorized Representative: _______________________________________ Date: ___________________________ Signature Over Printed Name Position In Firm: ________________________________________________ Contact Number: _________________ Business Address: _________________________________________________________________________________
Closing Date26 Feb 2025
Tender AmountPHP 648.9 K (USD 11.2 K)
Government Of New Brunswick Tender
Plastic and Rubber
Canada
Details: Bidders Are Requested To Include Specifications On Product Quoted With The Bid. This Procurement Is Subject To The Canadian Free Trade Agreement. When Stating "unit Price" On Bid Submissions, Vendors Are Required To Quote Pricings No More Than Four (4) Digit Positions After The Decimal Point. More Than 4 Digit Positions After The Decimal Point Will Be Rounded-off To The Fourth Position. New Brunswick Manufacturer Preference By Stating Yes In The Input Box, I Confirm That I Am A Manufacturer Of Goods With A Place Of Business In New Brunswick As Defined Below And Am Therefore Eligible To Be Considered For The Nb Manufacturer Preference As Defined In This Solicitation Document. If The Input Box Is Left Incomplete The Bid May Be Ineligible For The New Brunswick Manufacturer Preference. Place Of Business Means An Establishment Where A Manufacturer Regularly Conducts Its Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. New Brunswick Vendor Preference By Stating Yes In The Input Box, I Confirm That I Am A Vendor Of Goods Or Services With A Place Of Business In New Brunswick As Defined Below And Am Therefore Eligible To Be Considered For The Nb Vendor Preference As Defined In This Solicitation Document. If The Input Box Is Left Incomplete The Bid May Be Ineligible For The New Brunswick Vendor Preference. Place Of Business Means An Establishment Where A Vendor Regularly Conducts Its Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. Plastics, Fabricated Materials Scope This Tender Consists Of The Supply, And Delivery Of Polyethylene Greenhouse Cover Film. Equivalent Products May Be Accepted Upon Review And Acceptance By The Department Of Natural Resources And Energy Development. Specifications See Item Description Below. Contract Award Criteria Compliant Bids Will Be Evaluated Based Upon The Lowest Total Price Bid That Meets The Specifications Listed Within This Document. If Bidder(s) Choose To Submit An 'equivalent Product', They Should Provide Product Specifications At The Time Of Bid Submission. How To Submit Pricing Vendors Are Invited To Submit Their Unit Price--the Price For A Single Product Within The Tender Item--under The 'unit Price Including Discount' Column. Vendors Should Then Multiply Their Unit Price By The 'quantity/unit' To Calculate The 'extended Price'. The 'unit Price Including Discount' And 'extended Price' Column Directly On This Invitation To Tender And Should Not Include Taxes. There Are No Additional Pricing Sheets To Be Completed With This Bid. Delivery Date And Price Vendor(s) Shall Deliver The Goods To The Shipping Address Detailed Above On Or Before April 10, 2025. Bids Must Include Pricing For Delivery To The Shipping Address Detailed Above. Deliveries Thereafter The Requested Date May Be Cancelled. Vendor Questions All Inquiries Should Be Received Seven (7) Calendar Days Prior To The Closing Date; Any Inquiries Received Less Than Seven (7) Calendar Days Prior To The Closing Date Cannot Be Guaranteed A Response. Please Reference The Tender Number And Closing Date Within Your Communications To Ensure A Prompt And Accurate Reply. Requirements Vendors Are Required To Sign And Date Their Bid In The Space Provided Below. This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. Instructions For Bid Submission 1. Effective April 15, 2020, Service New Brunswick Is No Longer Accepting Paper Bids, And The Central Tendering Branch Is Closed To The Public. Public Tender Openings Are No Longer Taking Place; However, Results Continue To Be Posted On Nbon. 2. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 3. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 4. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 5. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 6. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 7. All Tenders Must Be F.o.b. Destination, Freight Prepaid. 8. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. Direct Deposit The Province Of New Brunswick Is Now Using Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf A Bidder Must Obtain Official Solicitation Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. Covid-19 Restrictions For Workers Entering New Brunswick All Suppliers And Workers Entering The Province Of New Brunswick For Work Purposes Must Comply With The Requirements Established By Worksafe Nb And Public Health, Including Isolation Requirements Where Applicable. Click Here For More Information On These Requirements. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. All Discounts Quoted Will Be Considered To Be Without Limitations. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference. Holiday Season Office Closure The Strategic Procurement Division Of Service New Brunswick (located At 300 St. Mary's Street) Will Be Closed For The Holiday Season. This Includes All Strategic Procurement Operations (except Strategic Procurement - Health), The Reception Area And The Central Tendering Office. The Closure Period Is From 12 P.m. On December 24, 2024 To 8:15 A.m. On January 2, 2025. The New Brunswick Opportunities Network (nbon) Will Be Accessible Throughout This Period, However Please Note Support (helpline And Email Queries) Will Not Be Available During This Time.
Closing Date17 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Details: Contact Information|4|n711.6|baf/bak|717-605-2864|leigh.e.catchings.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving (combo)|na|tbd|n00104|tbd|tbd|see Schedule|see Schedule|na|na|tbd|na|||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (may 2024)|13|334412 334418 334511 |750 1000 1250 ||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|||
please Quote A Firm Fixed Price For The Procurement Of These Items.
do Not Include The Cost For Shipping Material As The Government Implemented Shipping System Or Atac Will Be Shipping/delivering Material.
please Verify:
1. If You Are In Compliance With Both Far Clauses 52.204-24 And 52.204-25 And Dfars Clauses 252.204-7008 And 252.204-7012.
2. Procurement Acquisition Lead Time (palt)
nom: Circuit Card Assembly P/n: 1977455 Nsn: 7hh 5998 013220629, Qty: 33
nom: Display Unit P/n: 1979344 Nsn: 7hh 7025 013586244;qty. 2
nom: Video Control Unit P/n: 4302554 Nsn: 7hh 5840 015505120; Qty: 2
nom: Printed Circuit Board P/n: 4304105 Nsn: 7hh 5998 015771738 Qty. 12
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile,
or Sent By Other Electronic Commerce Methods, Such Asemail. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein.
the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Circuit Card Assemb .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Circuit Card Assemb Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;03956 1977455;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.4 Marking - This Assembly And Its Piece Parts Shall Be Physically Identified In Accordance With Mil-std-130.
3.5 Interchangeability - Interchangeability Of Parts, Subassemblies, And Assemblies Shall Conform To The Following Criteria:
Design Tolerances - Design Tolerances Shall Permit Parts, Subassemblies And Assemblies To Be Used In Their Parent Assemblies Without Regard To The Source Of Supply Or Manufacturer. Parts, Subassemblies And Assemblies Having The Full Range Of Dimensions
and Characteristics Permitted By The Specification Governing The Part, Subassembly Or Assembly Shall Be Usable As Replacement Items Without Selection And Without Departure From The Specified Performance Guidelines Of The Parent Items.
Parts And Materials - When Permission Is Granted To Use A Nonstandard Part Or Material Because The Exiting Standard Part Or Material Is Not Available, The Equipment Shall Be So Designed That The Nonstandard Part Or Material And The Standard Part Or
material Are Interchangeable. When The Specification For The Part Or Material Contains Substitutability Or Supersession Information, The Design Shall Permit The Substitute Or Superceding Parts Or Materials To Be Used Interchangeably.
3.6 Workmanship - Workmanship For Electronic Equipment Shall Conform To The Following Criteria:
Cleaning - After Fabrication, Parts And Assemblied Equipment Shall Be Cleaned Of Smudges, Loose, Spattered, Or Excess Solder, Weld Metal, Metal Chips And Mold Release Agents, Or Any Other Foreign Material Which Might Detract From The Intended Operation,
function, Or Appearance Of The Equipment.
Threaded Parts Or Devices - Screws, Nuts, And Bolts Shall Show No Cross Threading, Mutilation, Or Detrimental Or Hazardous Burrs, And Shall Be Firmly Secured.
Bearing Assemblies - Bearing Assemblies Shall Be Free Of Rust, Discoloration, And Imperfections Of Ground, Honed, Or Lapped Surfaces. Conta Cting Surfaces Shall Be Free Of Tool Marks, Gauge Marks, Nicks, Or Other Surface-type Defects. There Shall Be No
detrimental Interference, Binding, Or Galling.
Wiring - Wires And Cables Shall Be Positioned Or Protected To Avoid Contact With Rough Or Irregular Surfaces And Sharp Edges And To Avoid Damage To Conductors Or Adjacent Parts.
Shielding - Shielding On Wires And Cables Shall Be Secured In A Manner That Will Prevent It From Contacting Or Shorting Exposed Current-carrying Parts. The Ends Of The Shielding Or Braid Shall Be Secure To Prevent Fraying.
Containment - The Harness And Cable Containment Means Shall Be Neat In Appearance And Uniformly Applied. The Containment Means (lacing, Ties, Tiedown Straps) Shall Not Cause The Wire Or Cable Insulation To Deform So That Performance Characteristics Are
adversely Affected.
Insulation - There Shall Be No Evidence Of Burns, Abrading, Or Pinch Marks In The Insulation That Could Cause Short Circuits Or Leakage.
Clearance - The Clearance Between Wires Or Cables And Heat Generating Parts Shall Be Sufficient To Minimize Deterioration Of The Wires Or Cables.
3.7 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Display Unit .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Display Unit Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;03956 1979344;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Video Control Unit .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Video Control Unit Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;03956 4302554;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Printed Circuit Boa .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Printed Circuit Boa Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;03956 4304105;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material
will Be Cause For Rejection.
If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The
contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting
officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part.
The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of
contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are
located So As Not To Constitute A Contamination Hazard.
If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A
polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The
requirements Of This Contract Are Concerned.
These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements.
Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided:
Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A
component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface
ship Atmosphere.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
Closing Date31 Jan 2025
Tender AmountUSD 422.6 K
This is an estimated amount, exact amount may vary.
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: The National Aeronautics And Space Administration (nasa) Langley Research Center (larc) Is In The Early Stages Of Developing A Mission Design, Project Implementation Plan, And Procurement Strategy That Could Potentially Lead To An Earth Aerocapture Technology Demonstration Mission. Nasa Larc Is Hereby Soliciting Information From Potential Sources With The Capabilities To Provide Spacecraft Systems And Mission Operations For The Mission.
the Mission Would Demonstrate Aerocapture At Earth As A Precursor To Using The Technology For Future Planetary Science Missions. Aerocapture Technology Reduces The Required Capability And Mass Of A Spacecraft Propulsion System, Lowering The Launch Vehicle Payload Mass Or Enabling More Capacity For Science Instruments, And Is Particularly Beneficial For Missions To The Solar System's Ice Giant Planets [1]. The Demonstration Mission Is Intended To Focus On Key Objectives Necessary To Mature The Technological Readiness Of Aerocapture Including Vehicle Aerodynamics, Flight Dynamics, Guidance, Navigation And Control, And Mission Operations. Flight Data Will Be Acquired During The Demonstration And Used To Improve And Validate Tools To Design And Plan Future Missions.
nasa Is Considering Two Concepts For The Mission, Both Of Which Use A Small Entry Capsule (referred To As The Aerocapture Flight System, Or Afs) To Execute The Aerocapture Maneuver. The Afs Is Comprised Of An Aeroshell, Reaction Control System, Other Ancillary Systems, And A Smallsat That Is Released Into Earth Orbit. The First Mission Concept Utilizes A Geostationary Transfer Orbit (gto) As An Initial State For The Afs, Which Is Deployed Into Gto From An Evolved Expendable Launch Vehicle (eelv) Secondary Payload Adapter (espa). In The Second Concept, The Afs Is Released On An Earth Intercept Trajectory From A Spacecraft Returning From A Lunar Mission. A Preliminary Concept Of Operations (conops) For A Gto-based Aerocapture Demonstration Is Illustrated In Figure 1 (attached). Details Shown Regarding Orbit Altitudes Are For Reference Only, And Will Continue To Be Resolved (tbr) In Upcoming Design Trades.
referring To Figure 1, The Preliminary High-level Mission Conops And Sequence Of Events Is As Follows. The Sequence Of Events Is For Reference And Context Only To Support The Vendors' Responses To This Request For Information, And Will Continue To Be Updated As Nasa Larc Progresses Through The Early Stages Of Mission Design.
the Afs, Attached To The Port Of An Espa Grande With A Separation Mechanism, Is Delivered And Released Into Gto By The Launch Vehicle. The Afs Continues In Gto While Using Its Reaction Control System To Maintain Attitude During Preparations For The Aerocapture Maneuver. Nasa's Intention Is For The Afs To Complete Less Than Two Full Orbits Before Beginning The Aerocapture Maneuver.
near Gto Apogee, The Afs Reaction Control System Delivers The Delta-v Required To Divert The Capsule Along The Flight Path Necessary To Intercept The Earth's Atmosphere And Initialize The Aerocapture Maneuver.
the Afs Reaction Control System Continually Adjusts The Capsule's Attitude, Utilizing The Vehicle's Aerodynamic Lift To Maintain Its Flight Path Inside A Pre-planned Corridor Through The Earth's Atmosphere With A Periapsis Of Approximately 65 Km (tbr).
after Completing The Atmospheric Flight, The Afs Exits The Earth's Atmosphere In An Elliptical Orbit With An Apoapsis Of Approximately 500 Km (tbr).
within 15 Minutes (tbr) After Exiting The Earth's Atmosphere, The Forward Heatshield Of The Afs Aeroshell Is Jettisoned And A Smallsat Is Released Into The New Elliptical Orbit. The Smallsat Utilizes Its Attitude Control System To Attain A Stable Attitude And Prepares For An Apogee Burn To Circularize The Orbit.
when The Smallsat Reaches Apogee For The First Time, Its Propulsion System Delivers The Delta-v Necessary To Circularize The Orbit At An Altitude Of 500 Km (tbr).
the Smallsat Continues In Its Circular Orbit Until The Flight Data Acquired Throughout The Demonstration Has Been Transmitted To Ground Stations. Successful Transmission Of The Flight Data Signifies The End Of The Demonstration, Subject To Any Spacecraft Disposal Operations Necessary In Accordance With Nasa Orbital Debris Requirements [2, 3].
the Salient Features And High-level Functional Requirements Of The Afs That Are Envisioned To Support The Mission’s Preliminary Concept Of Operations Are As Follows. Since Nasa Is In The Early Stages Of Mission And System Design, These Features And Requirements Are Subject To Change As The Design Matures. The Information Is Provided Herein As A Reference For Vendors To Consider When Evaluating The Mission Concept And Assessing The Capabilities That Vendors May Contribute To The Demonstration Mission In Response To This Request For Information.
afs Mass And Volume: The Afs Shall Be A Blunt-body Capsule With A 60° (tbr) Sphere-cone Forebody Geometry. The Aeroshell Backshell Geometry Has Not Been Determined, But Must Provide The Volume To Accommodate The Smallsat, The Afs Reaction Control System, Wiring Harnesses, And Ancillary Systems Required To Perform The Mission. The Afs Shall Possess The Mass And Volume To Be Accommodated On A Single Port Of An Espa Grande [4].
afs Aeroshell: The Aeroshell Shall Be Comprised Of A Forebody Heatshield Structure And A Backshell Structure With Mechanical Provisions To Separate The Two Structures After Completion Of The Aerocapture Maneuver. The Backshell Structure Shall Accommodate A Separation Ring To Attach And Release The Afs From The Espa Grande Port. Either Structure Shall Incorporate The Mechanical Interface To Attach And Release The Smallsat After The Aeroshell Structures Are Separated. The Backshell Shall Incorporate External Mechanical Interfaces For Ground Support Equipment (gse) And Electrical Connections For Battery Charging And Functional Tests Prior To Launch. Devices To Sever Wiring Harnesses Between The Smallsat And Afs Systems Will Be Required, And Depending On The Smallsat's Telecommunications Configuration, An Antenna(s) Mounted To The Backshell Structure May Also Be Needed.
aerodynamic Lift Provisions: The Afs Will Control Its Flight Path During The Aerocapture Maneuver By Modulating The Magnitude And/or Direction Of The Entry Capsule's Aerodynamic Lift Vector (e.g., Bank Angle Modulation). The Vehicle's Aerodynamic Lift Is Envisioned To Be Produced By The Capsule Flying At An Angle-of-attack Induced By Either A Center-of-gravity (cg) Offset Or An Asymmetric Aerodynamic Device Such As A Trim Tab. Nasa's Near-term Trade Studies Will Evaluate The Different Methods Of Producing Aerodynamic Lift Considering System Mass, Technological Readiness, Complexity, And Risk.
thermal Protection Systems: The Aeroshell Forebody Heatshield And Backshell Shall Include Government-furnished Thermal Protection Systems (tps) To Protect The Afs From The Aerothermal Environments Produced During The Aerocapture Maneuver. The Tps Will Be Designed To Accommodate The Entry System Instrumentation (esi) Described Below And Other Ancillary Systems And Interfaces That Require Tps Penetrations For Installation And/or Operation.
entry System Instrumentation: The Government Will Furnish Esi To Be Incorporated Into The Aeroshell Heatshield And Backshell. The Esi Will Be Comprised Of Thermocouples And Pressure Transducers, The Quantities And Locations Of Which Have Not Been Determined, To Measure The Afs Entry Environments During The Aerocapture Maneuver. A Flight Data System Residing On The Smallsat Shall Provide Power To The Esi And Record And Store The Esi Data That Will Be Transmitted To Ground Stations Near The Conclusion Of The Demonstration.
afs Reaction Control System: The Afs Shall Incorporate A Reaction Control System With The Capability To Correct For Launch Vehicle Orbit Insertion Dispersions, Deliver The Delta-v To Divert The Afs Into The Intended Earth Atmosphere Interface Conditions For Aerocapture, And Maintain Afs Attitude As Required From Gto Insertion Through The Aerocapture Maneuver To The Point When The Aeroshell Separates And The Smallsat Is Released.
afs Smallsat: The Preliminary Demonstration Mission Concept Of Operations Requires The Afs Smallsat To Be Operational For The Full Duration Of The Technology Demonstration Timeline. The Smallsat Shall Provide Power, Avionics And Flight Instrumentation Including An Inertial Measurement Unit (imu), Command And Data Handling (c&dh), Attitude Determination And Control, And Communications For All Mission Phases From Gto Insertion To Data Download And Orbital Debris Mitigation (as Required). The Smallsat Is Required To Interface With External Systems, Such As The Afs Reaction Control System And Esi, To Support The Mission Through The Aerocapture Maneuver, And Then Operate In A Stand-alone Configuration After Being Released From The Aeroshell.
to Aid In Continuing The Formulation Of A Mission Design And Developing A Procurement Strategy To Implement The Mission, Nasa Larc Is Conducting Market Research Seeking Sources With Demonstrated Experience To Provide The Following Capabilities To Support The Demonstration Mission.
design And Delivery Of The Afs: Design, Fabricate, Integrate, And Test The Afs Including The Aeroshell, Reaction Control System, Smallsat, Separation Systems, And Government-furnished Tps And Esi. Deliver The Afs To The Launch Provider And Support Assembly, Test, And Launch Operations (atlo).
mission Design And Navigation: Design Of The Orbital Mechanics And Navigation From The Point The Afs Is Released Into Gto To End-of-mission. Mission Design Will Be Supplemented By Government-furnished Guidance, Navigation And Control (gnc) Software To Control The Afs During The Aerocapture Maneuver. Capabilities Shall Include Experience With Mission Design And Navigation For High-energy Earth Orbits And Missions Returning From Lunar Environs.
mission Operations: Establish A Ground Operating System And Conduct Mission Operations For All Phases Of The Demonstration From Launch To Mission Termination.
nasa Larc Is Seeking Capability Statements From All Interested Parties, Including All Socioeconomic Categories Of Small Businesses And Historically Black Colleges And Universities (hbcu)/minority Institutions (mi), And Members Of The Underserved Communities As Defined By Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, For The Purposes Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For The Earth Aerocapture Technology Demonstration Mission. The Government Reserves The Right To Consider A Small, 8(a), Women-owned (wosb), Service Disabled Veteran (sd-vosb), Economically Disadvantaged Women-owned Small Business (edwosb) Or Hubzone Business Set-aside Based On Responses Received.
no Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released, It Will Be Synopsized On Sam.gov. Interested Firms Are Responsible For Monitoring This Website For The Release Of Any Solicitation Or Synopsis.
interested Firms Possessing One Or More Of The Capabilities Described Above Should Submit A Capability Statement Of No More Than 20 Pages(excluding Cover Page And Table Of Contents) Indicating The Ability To Perform These Aspects Of The Demonstration Mission. Please Include The Following Elements In The Capability Statement.
mission Conops Assessment: The Preliminary Mission Conops Described Herein Was Formulated To Advance The Technology Readiness Level (trl) Of Aerocapture And Enable Its Infusion Into Future Planetary Missions. The Conops Includes Multiple Events Requiring Mechanical Separations And Severing Of Wiring Harnesses, And Relies On A Smallsat Capable Of Controlling A Flight System In Two Different Configurations (afs And Stand-alone Smallsat). Provide An Assessment Of The Preliminary Conops Identifying Design Drivers And Risks Relative To Existing State-of-the-art Systems And Your Capabilities And Experience. Please Include An Evaluation Of The Potential Mass And Volume Of The Afs Relative To The Espa Grande Accommodation Requirements. Suggest Changes In The Conops Or The Afs Configuration That Would Substantially Reduce Risk And Cost Without Significantly Compromising The Demonstration Objectives.
describe Your Organization's Capability And Experience To Provide A Smallsat Spacecraft And Flight Software That Meets The Mission Requirements. Due To The Anticipated Fast-paced Implementation Of The Mission, Smallsats That Are Nearly "off-the-shelf" Are Considered To Be Advantageous To Mission Success. Include Information On The Smallsat Form Factor, Mass, Accommodation Requirements, And Operational Heritage. Describe The Smallsat Capability To Interface And Manage External Systems Such As The Afs Reaction Control System, And Explain How The Smallsat Would Accommodate The Changes In The Flight System Configuration That Occur During The Mission.
describe Your Organization's Capability And Experience To Design And Provide The Afs Aeroshell. Provide Examples Of Aeroshells Of Similar Scale And Mass Utilized For Earth Atmospheric Entry In Previous Missions. Describe The Basic Aeroshell Structural Architecture And Any Unique Features Required By The Mission That Introduce Substantial Risk And Cost. Discuss The Provisions Necessary To Implement The Three Separation Events Required For The Mission Conops: 1) Separation Of The Afs From The Espa Grande, 2) Separation Of The Afs Forebody Heatshield, And 3) Separation Of The Smallsat From The Aeroshell.
describe Your Organization's Capability And Experience To Plan And Conduct The Afs Integration And Testing. Include A Description Of Facilities, Ground Support Equipment, And Capabilities For Afs Environmental Testing. Include A Description Of Previous Experience Integrating Thermal Protection Systems Onto Blunt-body Aeroshells And The Installation Of Thermocouple And Pressure Transducer Instrumentation.
describe Your Organization's Capability And Experience To Design Missions And Navigation Strategies For Spacecraft In High-energy Earth Orbits Or Returning From The Moon. Include Information On Analysis Tools And Methods And Highlight Any Previous Missions With A Concept Of Operations Similar To The Aerocapture Demonstration Mission.
describe Your Organization's Capability To Establish A Ground Operating System And Conduct Mission Operations. Include Information On Existing Infrastructure That Would Be Leveraged For The Mission Including Telecommunications Ground Stations, Mission Operating Centers, And Ancillary Hardware And Software.
describe Your Plans For Partnering With Other Organizations To Provide Any Of The Aforementioned Capabilities For The Mission.
all Responses Shall Be Submitted Electronically Via Nasa’s Enterprise File Sharing And Sync Box (efss Box), Fedramp Moderate Certified Platform, No Later Than January 15, 2025. Electronic Submissions Shall Not Contain Hidden Formulas, Tables, Be Locked, Be Password Protected, Or Contain Links To Data Not Included In The Electronic Copy. Please Reference The Synopsis Number And “earth Aerocapture Demonstration Rfi” In Any Response. All Responses Shall Be Submitted To: Https://nasagov.app.box.com/f/7cf6c2fec43e4f7b8d1dff31208c6be9. If You Have Any Trouble Submitting Your Response Via Efss Box, Please Contact Stacy Hollis At Stacy.m.hollis@nasa.gov.
this Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation.
references:
[1] "uranus Flagship-class Orbiter And Probe Using Aerocapture," Aiaa 2024-0714, Aiaa Scitech Forum, Orlando, Florida, January 2024.
[2] "process For Limiting Orbital Debris," Nasa-std-8719.14c , November 5, 2021.
[3] "orbital Debris Mitigation," Nasa-npr-8715.6e, April 18, 2024.
[4] "espa User's Guide, The Eelv Secondary Payload Adapter," Moog, Incorporated.
Closing Date15 Jan 2025
Tender AmountRefer Documents
4681-4690 of 4706 archived Tenders