Fabrication Tenders
Fabrication Tenders
Oriental Mindoro Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 2.4 Million (USD 42.6 K)
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
Municipality Of La Trinidad, Benguet Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 499.9 K (USD 8.5 K)
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
National Irrigation Administration Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 444.3 K (USD 7.6 K)
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
Province Of Eastern Samar Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 1.1 Million (USD 19 K)
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
Province Of Sarangani Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 3 Million (USD 51.8 K)
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:
Municipality Of Basilisa, Dinagat Island Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 186.9 K (USD 3.2 K)
Details: Description Republic Of The Philippines Province Of Dinagat Islands Municipality Of Basilisa -ooo- Invitation To Bid Supply And Delivery Of Construction Materials For Improvement Of Front View Of Barangay Hall Brgy. Imee 1. The Municipality Of Basilisa, Through The 20% Mdf 2024 Intends To Apply The Sum One Hundred Eighty-six Thousand Nine Hundred Thirty-two Pesos And Ninety-five Centavos (php 186,932.95) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For, The Project Supply And Delivery Of Construction Materials For Improvement Of Front View Of Barangay Hall Brgy. Imee. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. Now Therefore, Lgu-basilisa, Through The Bids And Awards Committee (bac) Invites All Interested Bidders To Apply For Eligibility And To Bid For The Hereunder Project: Name Of The Project : Supply And Delivery Of Construction Materials For Improvement Of Front View Of Barangay Hall Brgy. Imee Location : Barangay Imee, Basilisa, Dinagat Islands Approved Budget For The Contract : Php 186,932.95 Funding Source : 20% Mdf 2024 Delivery Duration : 30 Calendar Days Item No. Item & Description Qty. Unit Abc Unit Price Abc Total Price 1 Gravel (outsource) 5.247 Cu.m 4,784.00 25,101.65 2 Washed Sand (outsource) 5.5 Cu.m 4,784.00 26,312.00 3 50 Pcs -12mmx6.00 Steel Bar 261 Kgs. 70.00 18,270.00 4 23 Pcs - 10mmx6.00 Steel Bar 86.71 Kgs. 70.00 6,069.70 5 G.i .tie Wire (g.a.16) 19 Kgs. 120.00 2,280.00 6 No.1 Common Wire Nails 2 Kgs. 120.00 240.00 7 No. 21/2" Common Wire Nails 5 Kgs. 120.00 600.00 8 No. 4 " Common Wire Nails 5 Kgs. 120.00 600.00 9 Steel Paint 1 Gal 908.00 908.00 10 Paint Brush 2" 2 Pcs. 45.00 90.00 11 10 Mmø Sdb 18 Pcs. 200.00 3,600.00 12 4" Thick Chb 315 Pcs. 30.00 9,450.00 13 1/2 Thick Marine Plywood 6 Pcs. 900.00 5,400.00 14 Coco Lumber (2"x 2" X12') 200 Bd.ft 30.00 6,000.00 15 Coco Lumber (2"x 3" X 12") 300 Bd.ft 30.00 9,000.00 16 Fabricated Steel Gate W/acessories 2.34 Sq.m 5,740.00 13,431.60 17 Railings 16.8 Sq.m 2,200.00 36,960.00 18 Roller Brush With Pan 1 Set 200.00 200.00 19 Portland Cement 59 Bags 380.00 22,420.00 Total 186,932.95 2. The Municipality Of Basilisa Now Invites Bids For The Supply And Delivery Of Construction Materials For Improvement Of Front View Of Barangay Hall Brgy. Imee Of Lgu – Basilisa, Barangay Ferdinand, Basilisa, Dinagat Islands. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” 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 Municipality Of Basilisa, Dingat Islands And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. From Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Feb. 12 – March 4, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos Only (php 500.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Schedule Of Bac Activities Is As Follows: Procurement Activities Schedule Time Date Venue 1. Date Of Publication February 12 – 20, 2024 2. Period Of Availability/issuance Of Bidding Documents February 12 – March 4, 2025 Lgu-basilisa, Bac Office 3. Deadline Of Submission And Opening Of Bids 11:30am March 4, 2025 Lgu-basilisa, Bac Office 4. Bid Evaluation 11:30am March 4 - 5, 2025 Lgu-basilisa, Bac Office 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 11:30 A.m. Of March 4, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On March 4, 2025 At 11:30 O’clock In The Morning At Bac Office, Municipality Of Basilisa, Dinagat Islands. 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 Municipality Of Basilisa Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Jessie R. Cinco, Cpa Chairman, Bac Secretariat Municipal Accounting Office Municipality Of Basilisa P-1 Ferdinand, Basilisa, Dianagt Islands Contact No.: 09261326657 (sgd) Sylvia P. Obera Chairperson, Bids And Awards Committee 1st Posting: February 12, 2025
Province Of Eastern Samar Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 2 Million (USD 35.2 K)
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 Covered Court Flooring And Cultural Stage, Brgy. San Roque, Dolores, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Two Million Thirty Seven Thousand Five Hundred Pesos Only (php2,037,500.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-02-095 Construction Of Covered Court Flooring And Cultural Stage, Brgy. San Roque, Dolores, 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(1) – Occupational Safety And Health Program (3.33 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 801(1)b – Removal And Obstruction Of Structure (1.00 L.s.), Item No. 803(1)a – Structure Excavation (common Soil) (8.01 Cu.m.), Item No. 804(1)a – Embankment From Structure Excavation (5.01 Cu.m.), Item No. 804(1)b – Embankment From Borrow (17.06 Cu.m.), Item No. 804(4) – Gravel Fill (52.57 Cu.m.), Item No. 900(1)c2 – Structural Concrete (footings And Slab On Fill), Class A, 28 Days (53.93 Cu.m.), Item No. 900(1)c4 – Structural Concrete (columns), Class A, 28 Days (1.12 Cu.m.), Item No. 900(1)c6 – Structural Concrete (beams/girders), Class A, 28 Days (1.28 Cu.m.), Item No. 902(1)a – Reinforcing Steel (deformed), Grade 40 (2,069.81 Kg), Item No. 903(2) – Formworks And Falseworks (36.68 Sq.m.), Item No. 1046(2)a1 – Chb Non Load Bearing (including Reinforcing Steel), 100mm (38.88 Sq.m.), Item No. 1027(1) – Cement Plaster Finish (60.96 Sq.m.), Item No. 1051(1) – Railing (1.00 L.s), Item No. 1003(1)c2 – Ceiling, 6mm, Wood Frame (1.00 L.s.), Item No. 1032(1)a – Painting Works (masonry/concrete) (98.16 Sq.m.), Item No. 1032(1)b – Painting Works (wood) (42.96 Sq.m.), Item No. 1032(1)c – Painting Works (steel) (9.36 Sq.m.), Item No. 1003(5) – Roof Frame, Wood (1.00 L.s.), Item No. 1014(1)b1 – Prepainted Metal Sheets, Long Span, Corrugated Type, Above0.427mm (42.96 Sq.m.), Item No. 1013(2)a2 – Fabricated Metal Roofing Accessory (flashing, Gauge 26) (18.60 In.m.), Completion Of The Works Is Required Within 100 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 05, 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 21, 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
Province Of Sarangani Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.9 K)
Details: Description Improvement Of Cablalan Multi Purpose Building, Glan Brgy. Cablalan, Glan, Sarangani Province (contract No. Infra- 2025-27) January 28, 2025 1. The Provincial Government Of Sarangani, Through The Ab 2025/20% Df Intends To Apply The Sum Of One Million Five Hundred Thousand Pesos Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Cablalan Multi Purpose Building, Glan, Sarangani Province With Contract No. Infra-2025-27. 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 Sixty Calendar Days (60cd). 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-2025-27 Name Of The Procuring Entity Name Of The Contract: Location Of The Contract: Sarangani Province Standard Form Number : Sf-infr-55 Abc Php 1,500,000.00 Revised On: August 11, 2004 Contract Id: Infra-2025-27 Contract Name: Improvement Of Cablalan Multi Purpose Building, Glan Location: Brgy. Cablalan, Glan, Sarangani Province Bill Of Quantities Calendar Days: 60cd 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 801(1) Removal Of Structures And Obstruction 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 21.96 Cu.m In Words: In Figures: Php In Figures: Php 804(4) Gravel Fill 10.71 Cu.m In Words: In Figures: Php In Figures: Php 900(8) Structural Concrete 22.89 Cu.m In Words: In Figures: Php In Figures: Php 902(1)a Reinforcing Steel (deformed), Grade 40 1,800.27 Kgs. In Words: In Figures: Php In Figures: Php 903(1) Formworks And Falseworks 1.00 L.s In Words: In Figures: Php In Figures: Php 1046(2)a2 100mm Chb Non-load Bearing (including Reinforcing Steel) 98.10 Sq.m In Words: In Figures: Php In Figures: Php 804(1b) Embankment (from Borrow) 57.53 Cu.m In Words: In Figures: Php In Figures: Php 1027(1) Cement Plaster Finish 49.68 Sq.m In Words: In Figures: Php In Figures: Php 1014(1)b1 Prepainted Metal Sheets 132.00 Sq.m In Words: In Figures: Php In Figures: Php 1013(2)a2 Fabricated Metal Roofing Accessory (flashing) 33.00 Ln.m In Words: In Figures: Php In Figures: Php 1001(9) Storm Drainage And Downspout 1.00 L.s In Words: In Figures: Php In Figures: Php 1047(1) Structural Steel 1.00 L.s In Words: In Figures: Php In Figures: Php 1705(1) Fill And Backfill 21.96 Cu.m In Words: In Figures: Php In Figures: Php 1001(6) Catch Basin 1.00 L.s In Words: In Figures: Php In Figures: Php Spl-2 Ronda Probisnya Artistic Logo Painting 1.00 L.s 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:
Oriental Mindoro Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 1.5 Million (USD 27.6 K)
Details: Description Invitation To Bid For Construction Of Multi-purpose Building At Dangay, Roxas, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 20% Df 2025 Intends To Apply The Sum Of One Million Five Hundred Ninety Nine Thousand Eight Hundred Ninety Six Pesos And 35/100 (php 1,599,896.35) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “construction Of Multi-purpose Building At Dangay, Roxas Oriental Mindoro (ib No. Cw-2025-047)”. 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 61 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.5 801(1) B.3 803(1)a 804(1)b 804(4) 900(1)c2 900(1)c3 900(1)c4 900(1)c5 & C6 902(1)a 903(2) 1046 (2) A1 1004(2) 1008(1)a & C 1007(1)a 1010(2)b 1018(1) 1018(2) 1027(1) 1051(6) 1032(1) B 1032(1)c 1032(2) 1013(2) A1, A2, B1 1014(1)b2 1047(1) & 1047(10) 1002(27) 1100(10), 1101(33), 1103(1) Project Billboard/signboard Removal Of Structure And Obstruction Permits And Clearances 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 & Suspended Slab), Class A, 28 Days Reinforcing Steel (deformed), Grade 40 Formworks And Falseworks 100mm Chb Non-load Bearing (including Reinforcing Steel) Finishing Hardwares Aluminum Glass Windows (sliding Type & Awning Type) Aluminum Framed Glass Door (sliding Type) Wood Panel & Flush Door Glazed Tiles And Trims Unglazed Tiles Cement Plaster Finish Railings Painting Works (wood Painting) Painting Works, Steel Varnishing Fabricated Metal Roofing Accessory Prepainted Metal Sheets, Long Span, Above 0.5mm,rib Type Structural Steel & Metal Structure Accessories Plumbing Works Conduits, Boxes & Fittings (conduit Works/ Conduit Rough In), Wire & Wiring Devices Lighting Fixtures And Lamps 1.00 Ea 1.00 L.s 1.00 L.s. 40.41 M3 13.66 M3 8.16 M3 9.78 M3 2.72 M3 7.96 M3 15.17 M3 6,276.43 Kg 257.35 M2 140.50 M2 1.00 L.s 10.86 M2 6.72 M2 11.76 M2 19.68 M2 43.48 M2 253.93 M2 1.00 L.s 5.88 M2 43.32 M2 10.08 M2 24.30 M 24.18 M2 1.00 Kg 1.00 L.s. 1.00 L.s. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 03, 2025 To February 17, 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 February 03, 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 17, 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 17, 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 Camilmil, Calapan City, Oriental Mindoro (february 03, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents
Description: Contact Information|4|n743.43|wwv|717-605-3992|noelle.m.smith10.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C & Section E|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version (jun 2002)|8|x||x||||||
general Information-fob-destination|1|a|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|n50286|tbd|||n/a||||||
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 (june 2003)|6|one Year|365 Days After The Last Delivery Under This Contract|||||
warranty Of Data--basic (mar 2014)|2|||
buy American --free Trade Agreements--balance Of Payments Program - Basic (jan2023))|3||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (nov 2020)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (dec 2022))|3||||
buy American-balance Of Payments Program Certificate-basic (nov 2014)|1||
annual Representations And Certifications (mar 2023)|13|334513|500||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
the Small Business Set Aside Is Dissolved.
the Hour And Date Specified For Receipt Of Offers Has Been Extended To 4:30pm Est On 8 January 2025.
the Hour And Date Specified For Receipt Of Offers Has Been Extended To 4:30pm Est On 06 March 2024
1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg.
2. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders, And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Deposited Inthe Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Here In.
3.the Following Proposed Delivery Schedule Applies:
submission Of All Certification Data Cdrls 20 Days Prior To Delivery.
pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt
final Delivery Of Material (186 Days)
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
1.1.1 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
2.2.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=mil-std-1330 | | |e |220516|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-p-24212 | | |c |980421|a| 2| |
document Ref Data=qpl 24212 | | |32 |060308|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a|1 | |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
3. Requirements
3.1 ;the Transducer, Motional Must Be Manufactured In Accordance With Specification Mil-p-24212, Type Designation Pgt-gp-4500-g-4, Except As Amplified Or Modified Herein.;
3.1.1 ;each Transducer Must Be Furnished With A Receptacle Having Type Normal Keying In Accordance With Ms3102r14s-5p Vice Ms3102r14s-5px Specified By Mil-p-24212c Section 3.5.14.2.;
3.1.2 ;each Transducer Must Be Furnished With A Protective Plug In Lieu Of Mating Plug Specified By Mil-p-24212c Sections 3.5.14 And 3.5.14.2.;
3.2 Oxygen Cleaning - This Material Must Be Cleaned, Tested, Packaged & Labeled By Trained Personnel And Procedures In Accordance With Mil-std-1330, General.
3.3 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
3.4 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.4.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A
copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance.
3.4.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email.
3.4.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change.
3.4.4 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s).
3.5 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^
3.6 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate.
3.6.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality
requirements Established In The Contract/purchase Order.
3.6.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon
notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative.
3.6.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Deep Submergence Systems Program (dssp) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco)
prior To Award Of Any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At Navicp-mech May Request The Pco Waive This Requirement.
3.6.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly
notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency
(dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately.
3.6.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption.
3.7 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved
and Rejected And The Nature Of Corrective Action Taken As Appropriate.
3.7.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made
available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition.
3.7.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions
provided By The Government Representative.
3.8 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured/performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization Of
the Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased.
when The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of
this Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract
management Agency (dcma) Office. In The Event That A Local Government Representative Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.9 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following:
3.9.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.9.2 Inspection For Completeness And Proper Type.
3.9.3 Verification Of Material Quality Received.
3.9.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.9.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.9.6 Identification And Protection From Improper Use Or Disposition.
3.9.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And
necessity For Withholding The Material From Use.
3.9.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On
bailed Property Must Be Maintained.
3.9.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.10 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Dssp Systems, It Is Imperative That Traceability Be Maintained From The Material To All Required Objective Quality Evidence (oqe).
3.10.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order.
3.11 Material Traceability - Traceability Markings Must Be Permanently Applied To The Material In Accordance With Mil-std-792 Or To A Tag Affixed To The Material, And Annotated On The Required Oqe. The Traceability Marking May Be Any Vendor Traceability
number/code Which Provides Complete Traceability To The Required Oqe. Traceability Marking/identification May Include Such Items As Nomenclature, Part Number, Technical Description, National Stock Number (nsn), Etc. Traceability Must Be Maintained Through All
process Operations Including Any Subcontracted Operations, To The Finished Component.
3.11.1 When Traceability Markings On The Material Would Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical,
an Appropriate Material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed.
the Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Material Or Loss Of Traceability. The Traceability Marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.11.2 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings On The Material, Purchase Or Work Orders Must Specify A
method And Marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.12 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.12.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military
specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code),
table Iia (for Sample Size).
small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot.
3.12.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The
government Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above.
3.12.3 All Oqe Required By The Contract And All Data Concerning Material Traceability (oqe To Traceability Marking) Must Be 100% Inspected. The Certification Test Reports Must Also Be 100% Inspected For Completeness And Legibility.
3.13 Test Certification - When Test Certifications Are Required Elsewhere In The Contract, Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True"
are Not Acceptable.
3.13.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.14 See Cdrl Di-ndti-80603a - Cleaning - Prior To Performing Any Cleaning, The Applicable Cleaning Procedure Must Be Submitted For Review And Approval. If The Contractor's Cleaning Procedure Has Previously Been Approved By Navsea For This Or Other
contracts, A Copy Of The Original Approval Letter Must Be Submitted In Lieu Of The Actual Procedure.
3.14.1 When Cleaning Is Performed By A Subcontractor, The Requirements For Submission Of All Documentation Required Herein Must Be Passed Down To The Subcontractor.
3.15 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address, Phone Number And Date.
2. The Contract/purchase Order Number (i.e. N00104-11-p-fa12).
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (i.e. 1h 4820 012345678 D4) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds. ("n/a" When Not Applicable).
5. Cure Date ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement For Any Hull, Mechanical And Electrical (hm&e) Testing Required That Include The Name Of The Test And That It Was Performed Satisfactorily. If No Hm&e Testing Is Required, The Statement Should Read "hull, Mechanical And Electrical (hm&e) Testing
n/a."
9. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements.
10. Contractor's Or Authorized Personnel's Signature.
3.15.1 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, S-5343934-3, Or Dry Deck Shelter Specification S-5486639-1, The Certificate Of Compliance Must Also Include The Information Below:
11. A Notation That 32 Root Mean Square (rms) Finishes Are In Accordance With The Specifications And Are Free Of Imperfections.
12. Direct Reading Of O-ring Surface Diameters With Specified Standard.
3.15.2 For Self-locking Hex Nuts Procured To Nasm 25027, The Certificate Of Compliance Must Also Include The Information Below:
13. A Statement To The Effect That Qualification Testing In Accordance With Nasm 25027 Paragraph 3.2 Is Satisfactorily Performed.
4. Quality Assurance
4.1 Notes To Dcma Qar And The Contractor -
4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A
disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A
record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco.
4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders.
4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The
contracting Agency As Important, Are Observed And Evaluated.
6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government
representative Prior To Shipment.
6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied
conforms To The Specified Requirements.
6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function
6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification.
6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;- 10/20/2016 - Updated Ecds Url
- Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds
- Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- May 14 2008 - Mil-std-1330 Cleaning Procedures Required
- Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section
- Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq
block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq
block 12 - Within 60 Days After Contract Award And Prior To Performing Any Cleaning, Submit One Copy To The Pco.
note: If This Procedure Has Been Previously Approved By Navsea, Submittal Of The Original Approval Letter In Lieu Of The Procedure Is Acceptable.
the Review (approval/disapproval) Must Be Within 60 Days From Date Of Receipt.
4881-4890 of 4987 archived Tenders