Fabrication Tenders

Fabrication Tenders

DEPT OF THE NAVY USA Tender

Machinery and Tools
United States
Details: Contact Information|4|n761.12|p1e|609-217-1825|eric.m.tarkett.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|||x|mil-i-45208 Or Its Equivalent Or Higher||||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo) Type|n/a|tbd|n00383|tbd|tbd|see Schedule.|qm4ezdv15jl8|||tbd|||||| monetary Limitation Repair Purchase Orders|1|$40,000.00 Each| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect ||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| contract Definitization (oct 2010)|9|||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|336413|1,250||||||||||| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2|do-a1a || this Item Requires Government Source Approval Prior To Award. If You Are Not Anapproved Source, You Must Submit, Together With Your Proposal, The Information Detailed In The Navsup Source Approval Request (sar) Brochure Which Can Be Obtained On The Internet At: Https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opps/offers Received Which Fail To Provide All Of The Data Required By The Sar Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processedin Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of Requirement May Be Continued Based On Fleet support Needs. 1. Scope 1.1 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;harris Corporation; Drawing Number ( ;91417; ) ;3144520-301; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.2 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.3 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents - Not Applicable 3. Requirements 3.1 1.0 General 3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable condition. 3.2 2.0 Definitions. 3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order. 3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled). 3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired). 3.3 3.0 Scope 3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property, including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items. 3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition: processor,target Lo ;3144520-301; P/n, ;1680-01-586-6374; Nsn, ;hard Copy dts An/ayk-29(v1) Performance Spec. For F/a-18e/f, Document Number pma265-90988-1, Rev A, 09 Dec 2011 And Boeing Spec. P.s. 17131 Interconnect, fiber Optic, Aircraft; Fabrication Of, Revision K, 22 June 2006; Tech Publications 3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow. repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s). 3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change. 3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility. 3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be read As The "government Designated Agency" 3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test. 3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements. 3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather, repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract. 3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra). 3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either: 3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work. 3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section 6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed. 3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior to Undertaking Repair Of The Item. after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations and Dcma Disposal Procedures And Requirements. 3.5 4.0 Parts And Materials 3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein. authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And requires Specific Approval By The Pco. 3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility. 3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The requirements Of This Contract. 3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With appropriate Pass/fail Criteria Such As Certifications and Actual Dimensonal Readings. 3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde. 3.5.6 3.6 Source And Location Of Repair Source: 3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed. processor,target Lo ;harris Corporation; Company Name , ;dba Harris Govt Comm Systems 2400 Palm Bay Rd Ne palm Bay, Fl 32905-3399; Address , ;91417; Cage Code inspection Will Be Accomplished On The Contractor's Equipment 3.7 5.0 Contractor Quality Requirements: 3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality. 3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government. 3.8 6.0 Configuration Management (cm): 3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract). 3.9 7.0 Markings. 3.9.1 Marking Shall Be As Indicated In The Contract When Applicable. 3.10 8.0 Storage; 3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored. 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Date13 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Machinery and Tools
United States
Details: Contact Information|4|n761.12|p1e|609-217-1825|eric.m.tarkett.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|||x|mil-i-45208 Or Its Equivalent Or Higher||||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo) Type|n/a|tbd|n00383|tbd|tbd|see Schedule|qm4ezdv15jl8|||tbd|||||| monetary Limitation Repair Purchase Orders|1|$40,000.00 Each| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect ||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| contract Definitization (oct 2010)|9|||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|336413|1,250||||||||||| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2|do-a1a || this Item Requires Government Source Approval Prior To Award. If You Are Not Anapproved Source, You Must Submit, Together With Your Proposal, The Information Detailed In The Navsup Source Approval Request (sar) Brochure Which Can Be Obtained On The Internet At: Https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opps/offers Received Which Fail To Provide All Of The Data Required By The Sar Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, if Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processedin Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of Requirement May Be Continued Based On Fleet support Needs. 1. Scope 1.1 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;harris Corporation; Drawing Number ( ;91417; ) ;3144520-301; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.2 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.3 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents - Not Applicable 3. Requirements 3.1 1.0 General 3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable condition. 3.2 2.0 Definitions. 3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order. 3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled). 3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired). 3.3 3.0 Scope 3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property, including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items. 3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition: processor,target Lo ;3144520-301; P/n, ;1680-01-586-6374; Nsn, ;hard Copy dts An/ayk-29(v1) Performance Spec. For F/a-18e/f, Document Number pma265-90988-1, Rev A, 09 Dec 2011 And Boeing Spec. P.s. 17131 Interconnect, fiber Optic, Aircraft; Fabrication Of, Revision K, 22 June 2006; Tech Publications 3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow. repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s). 3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change. 3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility. 3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be read As The "government Designated Agency" 3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test. 3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements. 3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather, repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract. 3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra). 3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either: 3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work. 3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section 6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed. 3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior to Undertaking Repair Of The Item. after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations and Dcma Disposal Procedures And Requirements. 3.5 4.0 Parts And Materials 3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein. authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And requires Specific Approval By The Pco. 3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility. 3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The requirements Of This Contract. 3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With appropriate Pass/fail Criteria Such As Certifications and Actual Dimensonal Readings. 3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde. 3.5.6 3.6 Source And Location Of Repair Source: 3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed. processor,target Lo ;harris Corporation; Company Name , ;dba Harris Govt Comm Systems 2400 Palm Bay Rd Ne palm Bay, Fl 32905-3399; Address , ;91417; Cage Code inspection Will Be Accomplished On The Contractor's Equipment 3.7 5.0 Contractor Quality Requirements: 3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality. 3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government. 3.8 6.0 Configuration Management (cm): 3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract). 3.9 7.0 Markings. 3.9.1 Marking Shall Be As Indicated In The Contract When Applicable. 3.10 8.0 Storage; 3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored. 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Date13 Jan 2025
Tender AmountRefer Documents 

National Institutes Of Health Tender

Others
United States
Details: Sources Sought Announcement title: Laboratory Casework System id: Ss-niaid-25-2250915 post Date: January 7, 2025 response Date: January 17, 2025 naics: 337127 introduction this Is A Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform A Potential Requirement. background, Purpose, Objectives the Division Of Intramural Research (dir) Office Of Operations Management (oom) Is A Component Of Niaid, One Of The Largest Institutes Of The National Institutes Of Health (nih). For More Than 65 Years, Dir Has Been At The Forefront Of Research On Immunologic, Allergic, And Infectious Diseases. Their Discoveries Promote The Development Of New Vaccines, Diagnostics, And Therapeutics That Improve Human Health. Dir Scientists Study All Aspects Of Infectious Diseases, Including The Causative Agents, Vectors, And Pathogenesis In Human And Animal Hosts. Clinical Research Is Integral To The Dir Mission, Enabling Key Lab Discoveries To Be Rapidly Translated Into Methods To Prevent, Diagnose, Or Treat Disease. the Rocky Mountain Lab’s Oom Renovation’s Division Is Requesting A Laboratory Casework System To Augment Their Existing System. The Casework Is Being Ordered For Laboratory Spaces 3118, 3119, And 3120 To Support The Incoming Tenure-track Principal Investigator In The Laboratory Of Neurological Infections And Immunity (lnii) At Rml. The Incoming Principal Investigator Will Be Instrumental In Advancing The Mission Of Rml. the Casework Will Consist Of New Alpha Modular Casework That Matches The Specifications And Design Currently Utilized In The Quad Building (3120) And Alpha Modular Casework Found In Building 28. This Casework Is Flexible, Durable, And Designed To Accommodate The Evolving Needs Of Cutting-edge Scientific Research. The Current Laboratory Spaces Are Outdated And No Longer Meet The Needs Of Modern Scientific Research. Upgrading To The Alpha Modular Casework Will: Provide Greater Flexibility For Adapting Workspaces To Various Research Needs. the Casework System Must Be Compatible With The Existing Laboratory Casework System. The Required Laboratory Casework System Must Be Modular, Durable, Customizable, And Meet Nih Design Requirements Manual (drm) Specifications And Biosafety Standards. The Required Laboratory Casework Is Essential To Support The Mission Of The National Institutes Of Health (nih) And Affiliated Agencies. This Procurement Will Equip The Labs With High-quality, Durable, And Modular Casework That Meets The Stringent Performance And Biosafety Requirements Necessary For Cutting-edge Research. This Action Ensures Researchers Have Access To Functional And Standardized Workspaces Critical For Advancing Scientific Discovery And Operational Efficiency. the Need For Continuity In Laboratory Infrastructure Is Paramount. Currently, A Significant Portion Of The Existing Laboratory Furniture And Casework Is Sourced From Innovative Laboratory Systems. This Consistency Ensures Seamless Integration With Existing Infrastructure, Minimizes Disruptions, And Facilitates Ongoing Maintenance Using In-house Expertise And Stocked Replacement Parts. description Of Need: See Attachment project Requirements successful Offerors Must Have The Knowledge, Skill, Ability, And Resources To Reliably Provide A Brand Name Or Equal To Laboratory Casework System. The Casework Must Integrate Seamlessly With Existing Infrastructure And Meet The Following Specifications: cabinet Material: Steel Cabinet Bodies, Drawer Bodies, Shelves, Drawer Heads And Door Assemblies Shall Be Fabricated From Cold Rolled Steel And Chemically Resistant Finishes To Withstand The Rigors Of A Research Environment And Meet Sefa 8 Industry Standards. Sefa-standards-and-its-importance-for-lab-furniture materials a. General Requirements: it Is The Intent Of This Specification To Provide A High-quality Steel Cabinet Specifically Designed For The Laboratory Environment. b. Steel: 1. Cold Rolled Steel: Cold Rolled Sheet Steel Shall Be Prime Grade 12, 14, 16, 18 And 20 Gauge U.s. Standard; Roller Leveled, And Shall Be Treated At The Mill To Be Free Of Scale, Ragged Edges, Deep Scratches Or Other Injurious Effects. c. Hardware And Trim: 1. The Cabinets And Drawers Must Meet Sefa 8 Specifications A. Drawer And Door Pulls Shall Construction a. Steel Cabinet Construction: 1. General: A. The Steel Furniture Shall Be Of Modern Design And Shall Be Constructed In Accordance With The Best Practices Of The Sefa 8 Industry Standards. B. Each Cabinet Shall Be Complete So That Units Can Be Relocated At Any Subsequent Time Without Requiring Field Application Of Finished Ends Or Other Such Parts. 2. Steel Gauges: Gauges Of Steel Used In Construction Of Cases Shall Be 18 Gauge, Except As Follows: A. Leveling Bolt Reinforcements 12 Gauge. B. Top And Intermediate Front Horizontal Rails, Apron Rails, Hinge Reinforcements, And Reinforcement Gussets, 16 Gauge. C. Drawer Assemblies, Door Assemblies, Bottom, Bottom Back Rail, Toe Space Rail, And Adjustable Shelves, 20 Gauge. b. Base Cabinets: 1. The Cabinets Construction Must Meet Sefa 8 Standards And Shall Be Formed Into Not Less Than An L Formation At Top, Bottom, Back And A 3/4" Wide Front C Formation. c. Special Purpose Storage Cabinets: 1. Acid Storage Fume Hood Cabinets: Acid Storage Fume Hood Cabinets Shall Utilize The Same Gauges Of Steel And Construction Features As Other Base Cabinets Except They Shall Be Completely Lined With A One Piece Polyethylene Corrosion Resistant Liner According To The Sefa 8 Standards. 2. Solvent Storage Cabinets: Solvent Storage Cabinets Shall Be Specifically Designed For The Storage Of Flammable And Combustible Liquids. Construction Shall Be Based Upon The Requirements Listed By Ufc, Osha And Nfpa No. 30 1993, And Cabinets Shall Be Fm Approved And Labeled. The Bottoms, Top, Sides And Doors Shall Be Fabricated Of 18 Gauge Steel And Shall Be All Double Panel Construction With A 1 1/2" Air Space Between Panels. The Cabinet Shall Be Labeled: "flammable Keep Fire Away". 3. Vacuum Pump Cabinets: Vacuum Pump Cabinets Shall Utilize The Sefa 8 Standards For Construction. Each Cabinet Shall Be Furnished With A 1½" Diameter Pvc Vent Pipe In The Back For Venting Or Access To The Fume Hood Above. d. Upper Cabinet Construction: 1. Upper Cabinets Shall Meet The Sefa 8 Standards. 2. Solid Panel Doors Shall Consist Of An Inner And Outer Door Pan. The Door Assembly Shall Be 3/4" Thick And Contains Sound Deadening Material. 3. Sliding Doors Shall Be Suspended From The Top In A Roll Formed Steel Track Fastened To The Cabinet Top And Shall Glide On Nylon Rollers. Track Shall Be So Designed To Prevent Accidental Removal Of Doors. 4. Swinging Doors Over 36" High Shall Be Hung On Three Or More Hinges. 5. Plate Glass Doors Shall Operate Based On Sefa 8 Standards. e. Steel Full Height Cabinet Construction: 1. Full Height Storage Cabinets Shall Have A Finished Interior Same As Exterior. 2. Cabinet Tops Shall Be Formed Into A Channel Shape At Front With Flange At Rear And Sides For Electro-welding Cabinet Top To Cabinet Back And Ends. 3. Solid Panel Doors Shall Consist Of Inner And Outer Pan Formations Mechanically Assembled After Painting And Comply With Sefa 8 Standards. 4. Swinging Doors Over 36" High Shall Be Hung On Three Hinges. performance Requirements a. Steel Casework Construction Performance: 1. Base Cabinets Shall Be Constructed To Support At Least A Uniformly Distributed Load 200 Pounds Per Square Foot Of Cabinet Top Area, Including Working Surface Without Objectionable Distortion Of Interference With Door And Drawer Operation. b. Steel Paint System Finish And Performance Specification: 1. Steel Paint System Finish: After Cold Rolled Steel And Textured Steel Component Parts Have Been Completely Welded Together And Before Finishing, They Shall Be Given A Pre Paint Treatment To Provide To The Finish System To The Steel And To Aid In The Prevention Of Corrosion. The Completed Finish System In Standard Colors Shall Meet The Performance Test Requirements Specified Under Performance Test Results. 2. Performance Test Results: The Surfaces Must Perform And Withstand Chemical Corrosion Based On Sefa Standard For Chemical Spot Tests; The Surface Must Withstand A Certain Level Of Heat According To Sefa 8 Standard For Heat Resistance; The Surface Must Withstand A Certain Level Of Impact According To Sefa 8 Standard For Impact Resistance; The Surface 18 Gauge Steel Strip Must Withstand A Certain Level Of Bending According To Sefa 8 Standard For The Bending Test; The Surface Coating Must Past The Astm D2197 68 “standard Method Of Test For Adhesion Of Organic Coatings"; The Surface Paint Film Hardness Shall Meet Industry The Sefa Standard For The Hardness Test. work Surfaces tops , Sinks, And Cupsinks Surfaces Are To Meet The Sepa 8 Standards. the Contractor Shall Provide: 1. Delivery And Installation Services To Ensure Proper Placement And Integration With Existing Infrastructure. 2. Maintenance Support, Including Access To Spare Parts, Troubleshooting Assistance, And Technical Support During Normal Business Hours. 3. Detailed Product Documentation And Training Materials To Assist Laboratory Staff With Casework Operation And Maintenance. Training Materials May Be Tailored To Suit The Specific Needs Of Nih Laboratories. the Government Anticipates Awarding A Firm Fixed Price Purchase Order, After Solicitation For This Requirement. delivery /installation Location: hamilton, Mt 59840 capability Statement/information Sought all Capable Vendors Should Respond With A Brief Capability Statement By January 17, 2025 At 10:00 Am Est. The Capability Statement Must Include The Ability To Provide The Required Brand Name Or Equal Products, As Per Specifications, And That Are Compatible With The Innovative Laboratory Casework System. Capability Statement Must Include Place Of Manufacturer As Per Executive Order 14005-ensuring The Future Is Made In All Of America By All Of America's Workers. “buy America” Or “buy American,” That Require, Or Provide A Preference For, The Purchase Or Acquisition Of Goods, Products, Or Materials Produced In The United States, Including Iron, Steel, And Manufactured Goods Offered In The United States”. if Your Organization Has The Potential Capacity To Support This Requirement, Please Provide The Following Information: 1) Organization Name, Address, Point Of Contact, Email Address, Website Address, Telephone Number, Uei Number And Size And Type Of Ownership For The Organization; And 2) Respondents Shall Indicate If They Are The Manufacturer Or The Distributor Of The Required Laboratory Casework System And Shall Include Basic Information On Product Specifications. If An Equal Product Is Recommended (not Specific To The Brand Proposed) Then Sufficient Details Shall Be Provided By The Respondent Describing How The Equal Product Being Recommended, Meets The Minimum Specifications Of The Requirement. capability Statements Should Also Include Documentation Indicating That Offerors Business Size As Determined By The Small Business Administration’s Table Of Size Standards Located At: (https://www.sba.gov/content/small-business-size-standards) For Naics 337127. This Sba Size Standard Is Currently 1250 Employees But Is Subject To Change. Prospective Offerors May Also Note Whether They Meet Any Other Socio-economic Business Categories Such As 8(a), Hub-zone, Or Service-disabled Veteran When Submitting Their Capability Statement. submission Instructions interested Businesses Who Consider Themselves Qualified To Provide The Above-listed Items Are Invited To Submit A Response To This Sources Sought Notice By January 17, 2025 At 10:00 Am Est. All Responses Under This Sources Sought Notice Must Be Submitted All Responsible Sources That Could Provide Comparable Services May Submit A Capability Statement. All Required Documents Must Be Submitted Via The Niaid Electronic Simplified Acquisition Submission System (esass) Website At Https://esass.nih.gov By January 17, 2024 10:00 Am. All Vendors Must Register In The Esass System To Submit Their Documentation. Instructions On How To Register /submit Documents Are Included On The Website. All Responses Received By The Closing Date Of This Synopsis Will Be Considered By The Government. disclaimer And Important Notes this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Federal Business Opportunities. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality no Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).
Closing Date17 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Machinery and Tools
United States
Details: Contact Information|4|n761.12|p1e|609-217-1825|eric.m.tarkett.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|||x|mil-i-45208 Or Its Equivalent Or Higher||||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo) Type|n/a|tbd|n00383|tbd|tbd|see Schedule.|qm4ezdv15jl8||tbd||||||| monetary Limitation Repair Purchase Orders|1|$40,000.00 Each| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect ||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| contract Definitization (oct 2010)|9|||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|336413|1,250||||||||||| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2|do-a1a || this Item Requires Government Source Approval Prior To Award. If You Are Not Anapproved Source, You Must Submit, Together With Your Proposal, The Information Detailed In The Navsup Source Approval Request (sar) Brochure Which Can Be Obtained On The Internet At: Https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opps/offers Received Which Fail To Provide All Of The Data Required By The Sar Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processedin Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of Requirement May Be Continued Based On Fleet support Needs. 1. Scope 1.1 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;harris Corporation; Drawing Number ( ;91417; ) ;3144520-301; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.2 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.3 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents - Not Applicable 3. Requirements 3.1 1.0 General 3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable condition. 3.2 2.0 Definitions. 3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order. 3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled). 3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired). 3.3 3.0 Scope 3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property, including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items. 3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition: processor,target Lo ;3144520-301; P/n, ;1680-01-586-6374; Nsn, ;hard Copy dts An/ayk-29(v1) Performance Spec. For F/a-18e/f, Document Number pma265-90988-1, Rev A, 09 Dec 2011 And Boeing Spec. P.s. 17131 Interconnect, fiber Optic, Aircraft; Fabrication Of, Revision K, 22 June 2006; Tech Publications 3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow. repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s). 3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change. 3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility. 3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be read As The "government Designated Agency" 3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test. 3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements. 3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather, repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract. 3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra). 3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either: 3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work. 3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section 6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed. 3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior to Undertaking Repair Of The Item. after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations and Dcma Disposal Procedures And Requirements. 3.5 4.0 Parts And Materials 3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein. authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And requires Specific Approval By The Pco. 3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility. 3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The requirements Of This Contract. 3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With appropriate Pass/fail Criteria Such As Certifications and Actual Dimensonal Readings. 3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde. 3.5.6 3.6 Source And Location Of Repair Source: 3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed. processor,target Lo ;harris Corporation; Company Name , ;dba Harris Govt Comm Systems 2400 Palm Bay Rd Ne palm Bay, Fl 32905-3399; Address , ;91417; Cage Code inspection Will Be Accomplished On The Contractor's Equipment 3.7 5.0 Contractor Quality Requirements: 3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality. 3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government. 3.8 6.0 Configuration Management (cm): 3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract). 3.9 7.0 Markings. 3.9.1 Marking Shall Be As Indicated In The Contract When Applicable. 3.10 8.0 Storage; 3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored. 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Date13 Jan 2025
Tender AmountRefer Documents 

MUNICIPALITY OF LIBJO, DINAGAT ISLANDS Tender

Furnitures and Fixtures
Philippines
Details: Description 469.00 Bags Portland Cement T-1 (40 Kgs) 12.00 Pcs 1/4x4x8 Ord. Plywood 15.00 Kls Cwnails 1" 20.00 Kls Cwnails 2" 55.00 Kls Cwnail 2-1/2" 95.00 Kls Cwnails 4" 124.00 Pcs 12 Mm.dia.x6.0m. Def.steel Bars 445.00 Pcs 10 Mm.dia.x6.0m. Def.steel Bars 30.00 Kls Tie Wire (#16) 4.00 Pcs Hacksaw Blade 120.00 Pcs 8x8 Ceramic Unglazed Tiles 460.00 Pcs 8x8 Ceramic Glazed Tiles 10.00 Bags Tile Grout 15.00 Length Tile Frame 20.00 Kls Cwnails 3" 70.00 Pcs 1/4"thk.x4'x8' Marine Plywood 4.00 Sets 1.0x2.10m Hard Panel Door (tugas Or Narra) Installed 2.00 Sets 0.80 X 2.10m Flush Type Door(narra Or Tugas Framing)installed 18.00 Pcs 3-1/2"x3-1/2" Loose Pin Hinges (quality Brand) 6.00 Pcs Door Knob (quality Brand) 14.00 Sets 0.60m X 15 Blades Jalousie Glass With Aluminum Frame (installed) 2.00 Sets 0.60m X 5 Blades Jalousie Glass With Alum.frame (installed) 12.00 Pcs 25 Mm X 6.0m Flat Bar 54.00 Pcs 10mm Square Bar 81.00 Sheets Corrogated G.i. 0.40mmx10' 27.00 Sheets Corrogated G.i. 0.40mm Thkx 8' 24.00 Kls Umbrella Nails 4.00 Quarts Roof Sealant 10.00 Pcs Fabricated Ridge Roll 12.00 Pcs Flashing Gutter 100.00 Pcs Blind Rivets 2.00 Sets Flush Bowl (pail Type) 2.00 Sets Lavatory Wall Hung Type W/ Complete Accessories 2.00 Pcs Towel Holder 2.00 Pcs Toilet Paper Holder 2.00 Pcs Soap Holder 2.00 Sets 4x4 Floor Strainer Steel 2.00 Pcs 4"dia.x3.0m. Pvc Pipe 2.00 Sets P-trap 2"dia. Pvc 2.00 Pcs 2"dia.x3.0m. Pvc Pipe 6.00 Pcs 4"dia. Pvc Elbow (90* Bend) 2.00 Pcs 4"dia. Pvc Tee 4.00 Pcs 4"dia. Clean Out Plug 2.00 Pcs 4"dia.x2"dia. Reducer Tee 3.00 Pcs 2"dia.x3.0m. Pvc Pipe (vtr) 3.00 Pcs 2"dia. Pvc Coupling 4.00 Pints Pvc Solvent 12.00 Length Pvcpipe 1/2"x6.0m. Sch.40 6.00 Pcs 1/2" Dia. Pvc. Coupling Sch.40 6.00 Pcs 1/2" Dia Pvc Tee Sch 40 6.00 Pcs 1/2" Dia Pvc Elbow Sch.40 2.00 Sets Faucet (1/2") Brass ( Us Brand) 2.00 Pcs 1/2" Gate Valve 2.00 Sets Panel Board (4 Branches) 2.00 Sets Circuit Breaker (60a, 20a, 15a) 2.00 Boxes #14 Thw Wire (stranded) 2.00 Boxes #12 Thw Wire (stranded) 30.00 Mtrs #10 Thw Wire 20.00 Pcs Pvc Junction Box 14.00 Pcs Pvc Utility Box 8.00 Pcs Flash Type Convenience Outlet (2-gang) 4.00 Pcs Thumbler Switch (s2) 2.00 Pcs Thumbler Switch (s1) 8.00 Sets Flourescent Assembly (40w) (branded) 6.00 Pcs Bulb 50 W 10.00 Pcs Pvc Receptacle 12.00 Pcs Female Plug Screw Type 4.00 Pcs 3/4"dia.x3.0m. Pvc Pipe 2.00 Rolls 1/2" Dia. Flexible Hose 2.00 Pcs 3/4"dia. Pvc Entrance Cap 60.00 Pcs 1/2" Wood Screw 20.00 Pcs 3/4"dia. C-clamp 4.00 Rolls Electrical Tape (big) 60.00 Units Chair Wooden 1.00 Units Table Wooden 1.00 Units Filing Cabinet 4.00 Gals Galva Wash 4.00 Gals Penetrating Sealer 7.00 Gals Roof Paint (baguio Green) 10.00 Pints Raw Shienna Tinting Color Latex 2.00 Gals Latex Gloss (choco Brown) 2.00 Gals Roof Paint (white) 1.00 Quarts Roof Paint (red) 1.00 Quarts Roof Paint (green) 1.00 Quarts Roof Paint (blue) 2.00 Enamel Gloss (choco Brown) 10.00 Gals Flat Wall Latex White 10.00 Gals Latex Gloss White 8.00 Gals Flatwall Enamel White 8.00 Gals Gloss Enamel White 6.00 Gals Paint Thinner 60.00 Pcs Sand Paper #250 7.00 Gals Concrete Putty 4.00 Gals Wooden Putty
Closing Date20 Jan 2025
Tender AmountPHP 993.5 K (USD 16.9 K)

Oriental Mindoro Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For Construction Of Stage At San Agustin I, Naujan, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The General Fund 2025 Intends To Apply The Sum Of Two Million Four Hundred Ninety Thousand Eight Hundred Seventy One Pesos And 55/100 (php 2,490,871.55) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “construction Of Stage At San Agustin I, Naujan, Oriental Mindoro (ib No. Cw-2025-021)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 102 Calendar Days. Bidders Should Have A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Item No. Description Qty/unit B.5 Spl-1 801(1) 803(1)a 804(1)b 804(4) 900(1)c2 900(1)c3 900(1)c4 900(1)c6 902(1)a 903(2) 1046 (2) A1 1004(2) 1009(1)a 1010(2)a 1003(1)a1 1018(1) 1018(2) 1027 (1) 1051(6) 1032(1)a 1032(1)c 1032 (1) B 1013(2) A2 1014(1)b2 1047(1) & 1047(10) 1047 (2) B 1001(10),1002(27) 1001(11) 1001(6) 1100(10),1101(33), 1102(1), 1103(1) Project Billboard / Sign Board Double Handling Removal Of Structures And Obstruction Structure Excavation (common Soil) Embankment From Borrow Gravel Fill Structural Concrete (footing And Slab On Fill), Class A, 28 Days Structural Concrete (footing Tie Beam), Class A, 28 Days Structural Concrete (column), Class A, 28 Days Structural Concrete (beams/girders), Class A, 28 Days Reinforcing Steel (deformed), Grade 40 Formworks And Falseworks 100mm Chb Non-load Bearing (including Reinforcing Steel) Finishing Hardwares Jalousie Window (glass) Flush Door 4.5mm Fiber Cement Board Ceiling On Metal Frame Ceiling Glazed Tiles And Trims Unglazed Tiles Cement Plaster Finish Railings Painting Works, Masonry, Concrete Painting Works, Steel Painting Works (wood Painting) Fabricated Metal Roofing Accessory Prepainted Metal Sheets, Long Span, Above 0.5mm, Rib Type Structural Steel & Metal Structure Accessories Structural Steel Purlins Pipes W/ Fittings Connection & Plumbing Works Septic Vault (concrete/chb) Catch Basin Conduits, Boxes, Fittings (conduit Works/conduit Rough In), Wires & Wiring Devices 1.00 Ea 1.00 L.s 1.00 L.s. 45.40 M3 89.60 M3 3.66 M3 18.21 M3 3.58 M3 7.14 M3 7.46 M3 4,744.84 Kg 347.30 M2 243.75 M2 1.00 L.s 6.84 M2 10.50 M2 136.66 M2 14.88 M2 98.46 M2 353.21 M2 1.00 L.s 489.87 M2 230.82 M2 21.00 M2 144.00 M 165.74 M2 1.00 I.s 656.42 Kg 1.00 I.s 1.00 I.s 1.00 I.s 1.00 I.s 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025 To February 03, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Pgom Will Hold A Pre-bid Conference On January 20, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 03, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 03, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 10. The Pgom Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camimil, Calapan City, Oriental Mindoro (january 20, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date3 Feb 2025
Tender AmountPHP 2.4 Million (USD 42.6 K)

Municipality Of La Trinidad, Benguet Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For The Improvement Of Day Care Centers 1. The Municipal Government Of La Trinidad, Through The General Fund 2024 Intends To Apply The Sum Of Four Hundred Ninety- Nine Thousand Nine Hundred Seventeen And 66/100 Pesos (php499,917.66) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Day Care Centers (pow-8751-2024-shn-03). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of La Trinidad, Benguet Now Invites Bids For The Project: Project Reference No.: Pow-8751-2024-shn-03 Name Of Project: Improvement Of Day Care Centers Project Location: Shontog, Shilan, La Trinidad, Benguet Contract Duration: 46 Calendar Days Source Of Fund: Gf 2024 Brief Description: Item Scope Of Work To Be Done B.5 Project Billboard/ Signboard B.7 (2) Occupational Safety And Health Program B.9 Mobilization/demobilization Spl 1 Site Works Spl 2 Wires And Wiring Devices Spl 3 Service Entrance And Kw-hr Metering 1001 (1)a 150mm-300mm Dia. Pvc Pipe, Series 600/ Series 1000 1001 (2) Pvc/hdpe Fittings 1002 (5) Water Closet/ Urinal With Complete Accessories 1003 (1) A 4.5mm Fiber Cement Board/4.5mm Marine Plywood/6mm Ordinary Plywood In Wood Framing Ceiling 1008 Aluminum Glass Window (sliding/ Casement/awning/fixed Type) 1010 (1) Frames (jambs, Sill, Head, Transoms And Mullions) 1010 (2)b Wooden Panel Door 1013 (2)c Fabricated Metal Roofing Accessory 1014 Prepainted Metal Sheets (corrugated, Short Span/long Span, Below 0.427 Thk/above 0.427 Thk) 1018 (1) Glazed Tiles And Trims 1027 Cement Plaster Finish 1032 (1)a Painting Works (masonry Painting) 1032 (1)b Painting Works (wood Painting) 1043 (1) Pvc Doors And Frames 1046 100mm Chb Non Load Bearing/ Load Bearing (including Reinforcing Steel) 1100 Junction/ Utility/pull/square Box 1101 Switches 1101a Single Convenience Outlet/ Receptacle, Grounding Type (gt)/ Heavy Duty Convenience Outlet/ Receptacle, Grounding Type (gt)/weather Proof Single Convenience Outlet/receptacle, Grounding Type (gt)/pop-up Type/ Floor Triplex Convenience Outlet/ Receptacle, Grounding Type (gt) 1101 (2) 150mm2- 250mm2 Electric Wire (tw/thhm/twhn2) 1102.1 Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50amp-200amp 1102.2 Nema (enclosed Circuit Breaker) Single Phase Or Three Phase Commercial/ Industrial Type 1103 (2) Fluorescent Lighting Fixture With Ballast/ Light Emitting Diode (led) Bulb, 1 Bulb 1103 (5) Down Light/pinlight Fixture With One- Compact Fluorescent Lamp (cfl) Or Led Bulb, 1 Bulb Equipment Requirement: 1 Unit Portable Concrete Breaker 1 Unit One-bagger Mixer Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Municipal Government Of La Trinidad, Benguet And Inspect The Bidding Documents At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet From 8:00am To 5:00pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 – January 22, 2025 At Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (php500.00). It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) Website, Provided That Bidders Pay The Applicable Fee For The Bidding Documents No Later Than The Submission Of Their Bids. 6. The Municipal Government Of La Trinidad, Benguet Will Hold A Pre-bid Conference On (n/a) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet On Or Before January 22, 2025 At 9:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 22, 2025 At 10:00am At The 2nd Floor Municipal Disaster Risk Reduction Office, Km. 5 Pico, La Trinidad, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of La Trinidad, Benguet Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Corazon A. Uyaan Head Bac Secretariat Bids And Awards Committee Office Municipal General Services Office-extension 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet Contact Nos.: 0969 – 334 – 9233 Or (074) 619-2103 E-mail Address: Bac01latrinidad@yahoo.com Approved: (sgd) Yoshio P. Labi Bac Chairperson Noted: (sgd) Romeo K. Salda Head Of The Procuring Entity
Closing Date22 Jan 2025
Tender AmountPHP 499.9 K (USD 8.5 K)

National Irrigation Administration Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Request For Quotation Description Please Quote Your Lowest Price On The Items Listed Below Per Package, Subject To The General Conditions, Stating The Shortest Time Of Delivery And Submit The Duly Accomplished Quotation Form Together With The Documentary Requirements Listed Below And Sealed In The Bid Box At Nia-imo Davao De Oro, Conference Room, Dagohoy Street, Poblacion, Compostela, Davao De Oro. Request For Quotation Forms Shall And Must Be Secured From And Be Issued By The Procuring Entity Only. "documentary Requirements Attached To The Rfq: Signed Letter Of Intent, Valid Philgeps Registration, Mayor's/business Permit, Sec/dti/cda Registration, Tax Declaration, Omnibus Sworn Statement, Latest Itr (for Above P500,000.00)." Items To Be Bid Stock # Quantity Unit Item Description 1 Lot Concrete Hollow Blocks (package 1) 1 1192 Piece 4" X 8" X 12" Chb Terms And Conditions: 1.) Delivered At Nia Imo Davao De Oro Office. (dagohoy St., Poblacion, Compostela) 2.) Encourage Local Supplier Abc 19,668.00 1 Lot Common Construction Materials (package 2) 1 141 Bags Portland Cement - Type 1 (40kg. Per Bag) 2 8 Sheet 4' X 8' X 3/4" Marine Plywood Standard - Grade A 3 1 Keg # 3" Cw Nails @ 25kgs Per Keg 4 283 Lengths 10mm X 6.0m Drb (grade 40) 5 14 Kgs. #16 G.a. Tie Wire 6 5 Kgs. #3 Concrete Nail 7 5 Kgs. #4 Concrete Nail 8 10 Pcs. Led Bulb, 15w W/ Socket (assembly) 9 2 Pcs. 1-gang Switch 10 2 Pcs. 3-gang Switch 11 2 Pcs. 38mm Ø Pvc Pipe 12 4 Pcs. Octagon Junction Box 13 3 Gal/s Paint, Acrylic Primer 14 11 Gal/s Paint, Semi-gloss Latex (pre-mixed: Verify Color) 15 3 Gal/s Polituff With Hardener 16 5 Gal/s Time Out With Hardener 17 2 Gal/s Acrylic Cast 18 1 Roll Sand Paper #80 19 1 Roll Sand Paper #120 20 10 Pcs. 6" Paint Roller W/ Tray & Extra Foam 21 10 Pcs. 4" Paint Roller W/ Tray & Handle 22 4 Pcs. Brush, Paint #4 23 4 Pcs. Brush, Paint #2 24 2 Pcs. Putty Plate 25 5 Pcs. 1" Masking Tape 26 1 Pcs. Cotton For Paint 27 5 Can 16 Oz Solvent Cement 28 30 Pcs. .4m X .4m Non-skid Tile Or Any Equivalent 29 472 Pcs. .4m X .4m Ceramic Glossy Tile Or Any Equivalent 30 33 Bags Tile Adhesive 31 4 Bags White Cement Filler 32 5 Pcs. 4" Diamond Cutting Disc For Tiles 33 10 Length #1/2 Blue Pvc Pipe 34 10 Pcs. #1/2 Plain Blue Pvc Elbow 35 10 Pcs. #1/2 Threaded Blue Pvc Elbow 36 10 Pcs. #1/2 Tee Blue Pvc 37 10 Pcs. #1/2 Threaded Blue Pvc Coupling 38 5 Pcs. #1/2 Pe Coupling 39 5 Pcs. #1/2 Pe Tee 40 5 Length #4 Pvc Pipe 41 5 Pcs. #4-45degree Elbow Pvc Pipe 42 10 Pcs. #4-90degree Elbow Pvc Pipe 43 10 Pcs. Teflon Tape 44 5 Pcs. Sovent Cement 45 1 Pcs. Kitchen Sink 46 2 Set Water Closet With Complete Accessories 47 2 Set Lavatory With Complete Fittings And Accessories 48 5 Set Kitchen Faucet With Complete Accessories 49 6 Sheets 8' Corrugated G.i Sheet Gauge 24 50 1 Pcs. 1.5mm Thk. X 50mm X 150mm Rectangular Tube (rafter Type) 51 2 Pcs. 1.5mm Thk. X 50mm X 100mm Cee Purlins 52 44 Pcs. 2" Tekscrew 53 1 Pcs. 2" Dia. G.i. Pipe Sch. 40 54 15 Pcs. 1 1/2" Dia. G.i. Pipe Sch. 40 55 162 M. Barbed Wire 56 81 M. Cyclone Wire 57 2 Qrt Elastometric Roof Sealant 58 1 Can Touch Up Paint (spray Type) 59 27 Sheets 0.60mm Thk. X 0.915mm X 2.44m Pre-fabricated, Gutter/end Flashing 60 2 Unit 2.1 X .60 Pvc Door W/ Complete Lock Set & Swing Accessories Abc 424,679.45 Terms And Conditions: 1.) Delivered At Nia Imo Davao De Oro Office. (dagohoy St., Poblacion, Compostela) 2.) Average Hauling Distance Is 120kms From Davao City. 3.)strictly Grade 40 For Rsb And Standard Specifications On Other Materials. 4.)strictly Type-1 Portland Cement. 5.)multiple Delivery Schedule Of Cement To Avoid Hardening Of Materials. (more Or Less 4 Trips) 6.)must Conduct Technical Inspection Before Delivery Of Materials. Total Abc 444,347.45 Purpose : Supply And Delivery Of Construction Materials For The Batutu Dam Quarter Rehab Under Cy 2023 Batutu Ris Rrenis (15m) The Provisions Of Republic Act No. 9184 And Its Implementing Rules And Regulations Shall Govern Relative To The Bidding And Award Of Contract Including Its Implementation. The National Irrigation Administration Reserves The Right To Accept Or Reject Any Bid And To Annul The Bidding Process And To Reject All Bids At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder/s. (sgd.)engr. Alex A. Merlin Bac Chairperson Noted: (sgd.)engr. Rona B. Presto Division Manager
Closing Date17 Feb 2025
Tender AmountPHP 444.3 K (USD 7.6 K)

Province Of Eastern Samar Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Barangay Hall Brgy. Danao, Taft, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of One Million One Hundred Thousand Pesos Only (php1,100,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-02-090 Construction Of Barangay Hal, Brgy. Danao, Taft, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/signboard (1.00 Each), Item No. B.7 – Occupational Safety And Health Program (2.33 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 900 – Structural Concrete (3.56 Cu.m.), Item No. 902(1) – Reinforcing Steel (deformed) (992.44 Kg), Item No. 903(2) – Formworks And Falseworks (42.00 Sq.m.), Item No. 1046 – 100mm Chb Non Load Bearing (including Reinforcing Steel) (91.87 Sq.m.), Item No. 1018(1) – Glazed Tiles And Trims (40.60 Sq.m.), Item No. 1027(1) – Cement Plaster Finish (183.74 Sq.m.), Item No. 1010(2)b – Wooden Panel Door (1.89 Sq.m.), Item No. 1008 – Aluminum Glass Window (sliding/casement/awning/fixed Type) (8.64 Sq.m.), Item No. 1003(1) – 4.5mm Fiber Cement Board On Metal Frame Ceiling (40.60 Sq.m.), Item No. Spcl-1 – Electrical Works (1.00 L.s.), Item No. 1032(1)a – Painting Works (masonry Painting) (183.74 Sq.m.), Item No. 1047(2)b – Structural Steel Roof Truss (821.06 Kg), Item No. 1047(2)c – Structural Purlins (384.34 Kg), Item No. 1047(5) – Metal Structures Accessories (steel Plate) (527.51 Kg), Item No. 1047(3)b – Metal Structure Accessories (sag Rods) (24.00 Pc), Item No. 1047(3)c – Metal Structure Accessories (anchor Bolts) (32.00 Pc), Item No. 1047(3)d – Metal Structure Accessories (cross Bracing) (2.00 Pc), Item No. 1047(3)c – Metal Structure Accessories (turn Buckle) (2.00 Pc), Item No. 1014 – Prepainted Metal Sheets, Long Span (40.89 Sq.m.), Item No. 1013(2)a2 – Fabricated Metal Roofing Accessory (flashing/counter Flashing) (25.60 L.m.), Item No. 1032(1)c1 – Painting Works (metal Painting) (66.32 Sq.m.), Item No. 1001(1)a3 – Pipes And Fittings (pvc) (100mm) (11.70 M), Completion Of The Works Is Required Within 70 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Three Thousand Pesos Only (php3,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On February 03, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 17, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Date17 Feb 2025
Tender AmountPHP 1.1 Million (USD 19 K)

Province Of Sarangani Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Construction Of Kityan Multi-purpose Building At Brgy. Poblacion, Malungon Brgy. Poblacion, Malungon, Sarangani Province (contract No. Infra- 2025-26) January 28, 2025 1. The Provincial Government Of Sarangani, Through The Ab 2025 – 20% Df Intends To Apply The Sum Of Three Million Pesos Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Kityan Multi-purpose Building, Malungon, Sarangani Province With Contract No. Infra-2025-26. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Sarangani Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Ninety Two Calendar Days (92cd). Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Sarangani And Inspect The Bidding Documents At The Address Given Below From 9:00 A.m. Until 3:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 – February 18, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (₱5,000.00).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Sarangani Will Hold A Pre-bid Conference On February 4, 2025 At 2/f Conference Room, Pgso Building, Capitol Complex, Alabel, Sarangani And/or Through Videoconferencing/webcasting, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 18, 2025, At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 18, 2025, 9:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Sarangani Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Delmor D. Pascual Bac Secretariat 2/f Pgso Building, Capitol Complex Alabel, Sarangani Province Landline/facsimile: 083 508 3008 E-mail: Bacsecsarangani@gmail.com Atty. Jenric Y. Garcia [insert Name And Signature Of The Bac Chairperson Or Authorized Representative] Sarangani Province Contract Number: Infra-2025-26 Name Of The Procuring Entity Name Of The Contract: Location Of The Contract: Sarangani Province Standard Form Number : Sf-infr-55 Abc Php 3,000,000.00 Revised On: August 11, 2004 Contract Id: Infra-2025-26 Contract Name: Construction Of Kityan Multi-purpose Building At Brgy. Poblacion, Malungon Location: Brgy. Poblacion Malungon, Sarangani Province Bill Of Quantities Calendar Days: 92cd Description Qty Unit Unit Price Amount No. (pesos) (pesos) B.5 Project Billboard 1.00 Each In Words: In Figures: Php In Figures: Php B.7(2) Occupational Safety And Health Program 1.00 L.s In Words: In Figures: Php In Figures: Php B.9 Mobilization/ Demobilization 1.00 L.s In Words: In Figures: Php In Figures: Php 803(1)a Structure Excavation 118.99 Cu.m In Words: In Figures: Php In Figures: Php 804(1b) Embankment (from Borrow) 239.78 Cu.m In Words: In Figures: Php In Figures: Php 804(4) Gravel Fill 51.44 Cu.m In Words: In Figures: Php In Figures: Php 1705(1) Fill And Backfill 279.02 Cu.m In Words: In Figures: Php In Figures: Php 900(1) Structural Concrete 64.57 Cu.m In Words: In Figures: Php In Figures: Php 903(2) Formworks And Falseworks 1.00 L.s In Words: In Figures: Php In Figures: Php 902(1)a Reinforcing Steel (deformed), Grade 40 6,150.82 Kgs. In Words: In Figures: Php In Figures: Php 1046(2)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) 4.02 Sq.m In Words: In Figures: Php In Figures: Php 1046(2)b 150mm Chb Non-load Bearing (including Reinforcing Steel) 76.01 Sq.m In Words: In Figures: Php In Figures: Php 1027(1) Cement Plaster Finish 101.21 Sq.m In Words: In Figures: Php In Figures: Php 1013(2)a1 Fabricated Metal Roofing Accessory (ridge Roll) 17.52 Ln.m In Words: In Figures: Php In Figures: Php 1014(1)b1 Prepainted Metal Sheets 332.35 Sq.m In Words: In Figures: Php In Figures: Php 1047(1) Structural Steel 1.00 L.s In Words: In Figures: Php In Figures: Php Spl-1 Painting Works (structural Steel) 1.00 L.s In Words: In Figures: Php In Figures: Php Spl-2 Railings 1.00 Each In Words: In Figures: Php In Figures: Php Spl-3 Remove And Reinstallation Of Basketball Ring 1.00 Each In Words: In Figures: Php In Figures: Php Total Bid Amount In Words: Pesos In Figures: Php Submitted By: Date: _________________ Name And Signature Of Bidder's Representative Position: Name Of Bidder:
Closing Date18 Feb 2025
Tender AmountPHP 3 Million (USD 51.8 K)
4881-4890 of 4992 archived Tenders