Fabrication Tenders

Fabrication Tenders

City Of Valencia Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 4.8 Million (USD 82.3 K)
Details: Description Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Contract Reference No. 05-2025 01/14/2025 Invitation To Bid For The Construction Of Perimeter Fence (lgu-owned Lot In Barangay Bagontaas) At Barangay Bagontaas, Valencia City, Bukidnon 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of Four Million Eight Hundred Fifteen Thousand Pesos (php 4,815,000.00) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Construction Of Perimeter Fence (lgu-owned Lot In Barangay Bagontaas) At Barangay Bagontaas, Valencia City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Valencia Now Invites Bids For The Construction Of Perimeter Fence (lgu-owned Lot In Barangay Bagontaas) At Barangay Bagontaas, Valencia City, Bukidnon. Particulars Describes As Follows: Item No. Qty Unit Description Specifications Unit Cost Total Cost 1 1 Lot Concrete Pouring Of Footing, Wall Footing, Column And Grade Beam To The 452.42 L.m. Fence 1; Laying Of 4" Chb Wall; Installation Of Barbed Wire With Holder; Plaster Finish For All The Columns And Chb Wall On Both Sides; Painting Works For Angle Bar And Barbed Wire; Complete As Per Approved Pow, Plans, And Specifications. Php4,815,000.00 Concrete Pouring Of Footing, Wall Footing And Column To The 264.03 L.m. Fence 2; Laying Of 4" Chb Wall; Fabrication And Installation Of Rectangular Tube And Square Tube Fence; Plaster Finish For All The Columns And Chb Wall On Both Sides; Painting Works For Steel; Complete As Per Approved Pow, Plans, And Specifications. Other General Requirements B.5 (1) 2.00 Ea. Project Billboard / Signboard B.7 (1) 1.00 L.s. Occupational Safety And Health Program B.9 (1) 1.00 L.s. Mobilization / Demobilization A.1 1.00 L.s. Construction Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer Earthwork 803 (1) A 306.15 Cu.m. Structure Excavation (common Soil) 804 (1) A 218.60 Cu.m. Embankment From Structure Excavation(common Soil) 804 (7) 17.51 Cu.m. Gravel Fill Plain And Reinforced Concrete Work 900 (1) C 95.42 Cu.m. Structural Concrete (3000psi, Class A, 28 Days) 902 (1) A1 11,273.40 Kg. Reinforcing Steel (deformed, Grade 33) 903 (2) 487.20 Sq.m. Formworks And Falseworks Finishings And Other Civil Works C.1 Masonry Works 1046 (2) A1 1,357.55 Sq.m. Chb Non Load Bearing (including Reinforcing Steel, 100mm) C.2 Finishing Works 1027 (1) 2,263.10 Sq.m. Cement Plaster Finish C.3 Painting Works 1032 (1) C 370.58 Sq.m. Painting Works (steel) C.4 Steel Works 1047 5,975.04 Kg. Metal Structure Total Amount: Php4,815,000.00 Required Number Of Days For Completion Is 235 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Within 10 Years From The Date Of Submission And Receipt Of The Bid Hereof. The Description Of An "eligible Bidder" Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 3. No Time Extension Shall Be Granted Unless On Fortuitous Event, Acts Of Nature Or Any Natural Calamities. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary "pass/fail" Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act". Bidding Is Restricted To Filipino Citizens, Sole Proprietorship, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 5. Interested Bidders May Obtain Further Information From Josafat L. Caipang, Head Of Lgu-valencia City Bac Secretariat And Inspect The Bidding Documents At Address Given Below From Mondays-fridays 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 15, 2025 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Five Thousand Pesos (php 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Site Inspection Is Required From Every Interested Bidder And Site Inspection Certificate Shall Form Part Of The Bid Documents. No Site Inspection Certificate Shall Mean Automatic Disqualification. Site Inspection Schedule Is On January 20, 2025 At 10:00 O’clock In The Morning, Assembly Area At Bac Office. 6. The City Government Of Valencia Will Hold Its Pre-bid Conference On January 23, 2025 (1:30 Pm) At The Bac Office, City Hall Compound, City Of Valencia, Bukidnon Which Shall Be Open To All Interested Bidders. 7. Only Project Engineers, Materials Engineer And The Like Are Required To Attend The Pre-bid Conference. In The Absence Of The Same, The Representative Must Present To The Bac An Authorization Letter Signed By The Owner. 8. Interested Contractor Are Required To Include In Their Technical Bid Proposal The Duly Signed List Of Contractor's Equipment Units, Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project. 9. Prospective Bidders Who Were Not Able To Purchase Bid Documents Prior To The Bid Opening Shall Not Be Opened And Will Be Disqualified. 10. Bids Must Be Delivered To The Address Below On Or Before (1:00 Pm) February 6, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Chooses To Attend At The Address Below. Bid Opening Shall Be On (1:30 Pm) February 6, 2025 At Bac Office, City Hall Compound, City Of Valencia, Bukidnon. Late Bids Shall Not Be Accepted. The Clock In The Bac Office Shall Serve As The Time Reference, And Shall Be The Basis For The Official Time Received Of The Bidding Documents Submitted In The Office. 11. The City Government Of Valencia Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. 12. The Head Of The Procuring Entity (hope) Reserves The Right To Accept Or Reject Any Or All Bids To Annul The Bidding Process, At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. All Correspondence Shall Be Addressed To The Bac Secretariat, Attention: Mr. Abe P. Gillaco, Mpa, Bac Chairman. 14. For Further Information, Please Refer To: Lgu Valencia City-josafat L. Caipang Admin Office, 8709 Catarata St., Poblacion, Valencia City, Bukidnon Tel. No. (088) 828-5430 Abe P. Gillaco, Mpa Bac Chairman

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n792.06|s8x|215-697-0275|patrick.j.horan23.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo Type ||tbd|n00383|tbd|tbd|see Schedule|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|332439|600||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. In Addition To Price, The Following non-price Evaluation Factor Shall Be Used To Evaluate Offers And Are Listed In Descending Order Of Importance. relevant Past Performance technical Capability the Non-price Evaluation Factors, When Combined, Are Significantly More Important Than Price. There Are No Subfactors. the Government Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From Any And All Sources Including Sources Outside Of The Government. Offerors Lacking Relevant Past Performance History Will Not Be Evaluated Favorably Or unfavorably On Past Performance. The Government Will Consider The Quality Of An Offeror's Relevant Past Performance. This Consideration Is Separate And Distinct From The Contracting Officer's Responsibility Determination. The Assessment Of The Offeror's R relevant Past Performance Will Be Used As A Means Of Evaluating The Relative Risk Of The Offeror And Other Competitors In Successfully Meet The Requirements Of The Rfp. In Determining The Rating For The Past Performance Evaluation Factor, The Government Will Give Greater Consideration To The Contracts Which The Government Feels Are Most Relevant To The Rfp. the Government Reserves The Right To Award The Contract To Other Than The Lowest Priced Offeror. page Limitation-excluding The Cover Page, Table Of Contents, Past Performance Project Forms The Technical Capability Proposal Is Limited To Fifteen (25) Pages In At Least 11pt. Font And 1" Margins. Pages In Excess Of This Limitation Will Not Be Evaluated. The pages Excluded From Evaluation Will Be At The Discretion Of The Agency. contractors Are Informed That It Is The Government's Desire To Make Award On Initial Proposals When Deemed Possible By The Contracting Officer, However The Government Reserves The Right To Communicate And/or Negotiate With Offerors If Later Determined Necessary. none Price Proposal (all Non-price Factors) -the Contractor Is Required To Submit The Following Non-price Information: 1. Relevant Past Performance: the Contractor Is Provided An Opportunity To Demonstrate Relevant Past Performance On Contracts Currently Being Performed Or Performed Within The Past Three (3) Years. The Government Will Determine Relevance By Analyzing The Scope And Magnitude Of The Reference contracts And Comparing Them To The Instant Requirement. The Government Reserves The Right To Evaluate Submitted Projects Individually Or In The Aggregate In Order To Determine Relevance And Will Do So Consistently Across All Evaluated Offers. The Government will Consider The Quality Of The Contractor's Relevant Past Performance. reference Contracts: A. The Contractor May Submit Up To A Maximum Of Three (3) Contracts For Evaluation. The Government Reserves The Right To Obtain Information From Sources Other Than Those Identified By The Contractor. 2. Technical Capability the Government Desires That Offerors Demonstrate Technical Capability To Satisfy The Government's Requirements. The Offeror's Response Will Be Evaluated To Determine Whether Its Response Poses Risk To Performance Or Whether It Will Result In Better Value To The government. In Response To This Evaluation Factor, Offerors Shall Address Its Manufacturing Equipment; Inspection Method Sheets; Incoming Inspection Sheets; Process Sheets; Quality System Compliance; Welding Certification. in Responding To The Above Areas Of The Technical Capability Factor, It Is Incumbent Upon The Offeror Provide A Level Of Detail The Demonstrates To The Government's Satisfaction That The Offeror Has The Technical Capability To Perform The Requirement. If The proposal Lacks Sufficient Detail, It May Result In The Government Assessing Risk In The Proposal. While There Is No Prescribed Method For Demonstrating Technical Capability, The Below Are Items Of Interest To The Government That The Contractor May, At Its discretion, Address To Assist The Government In Gaining An Understanding Of The Offerors Technical Capability. Offerors Are Cautioned That While These Areas Of Interest Are Not Mandatory Elements That Are Required To Be Addressed, Failure To Address Them Or comparable Indicia Of Technical Capability, May Limit The Government's Understanding Of Technical Risk And Result In The Assignment Of Commensurate Risk. Offerors Are Also Notified That Some Of These Indicia Of Capability Are Overlapping, I.e., Two Or More May evidence The Same Facet Of Capability. certification Of Possession Or Access To The Following Equipment:for Aluminum And Steel Welded Containers, & Bladebox/riveted Construction 1.brake Press 2.extrusion Dies 3.cnc Machining Center(s) Capable Of Lathe And/or Milling Operations copies Of Inspection Method Sheets Used In-process And/or At Final Inspection copies Of Incoming Inspection Documents That Show Material Certificates Of Conformance, And If Applicable, Dimensional Conformance process/operation Sheets To Show Ability To Conform To Drawing Requirements In The Following Areas: Weld Preparation; Welding Procedure Specifications Production Lot Testing proof Of Compliance To Iso9001, And/or, As9100. applicable Up-to-date Welder Certifications Showing Highest-level Certification Obtained Aws D1.1 For Steel, Aws D1.2 Or Mil-w-22248,class 4 For Aluminum, Aws D1.3 For Sheet Steel And Aws D1.6 For Stainless Steel. if The Offeror Address Any Or All Of The Above, Or Provides Comparable Indicia Of Capability, It Is Encouraged To Provide Supporting Evidence And Detail, Such As But Not Limited To Receipts, Certifications, Drawings, Test Results/ Logs, Maintenance Records, calibration Records, Inspection Reports, Audits, Etc. The Weigh Accorded To Supporting Evidence Will Be At The Discretion Of The Government. the Technical Capability Proposals Will Be Evaluated To Determine The Risk Of Unsuccessful Performance As Well As Relative Risk Compared To Other Offerors. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Ordersdelivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. early And Incremental Deliveries Accepted And Preferred. \ 1. Scope 1.1 Pre-award / Post Award Requirements: due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.2 Container Shell Material Is ;aluminum; . manufacturing This Item Requires Two Individual Piece Be Made. One Being The outer Shell Or The Container That Houses The T-56 Qeca. The Second Being The inner Frame Adapter Assembly (ifaa). They Are A Set Item Under This Tdp. 1.3 When Discrepancies Exist Between These Requirements And Those On Current manufacturer's Drawings,contact Code ;buyer On Page One; Or Code N241.10 1.4 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;container Research Corporation; Drawing Number ( ;05259; ) ;706e001; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.5 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. 1.6 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents drawing Data=std-225 |05259| | |c| | | | drawing Data=std-228 |05259| | |c| | | | drawing Data=std-295 |05259| | |c| | | | drawing Data=std-360 |05259| | |c| | | | drawing Data=13c099 |05259| | |c| | | | drawing Data=13c102 |05259| | |c| | | | drawing Data=15930 |80132| | |d| | | | drawing Data=17e070 |05259| | |c| | | | drawing Data=706b009 |05259| | |c| | | | drawing Data=706d010 |05259| | |c| | | | drawing Data=706d012 |05259| | |c| | | | drawing Data=706d013 |05259| | |c| | | | drawing Data=706d014 |05259| | |c| | | | drawing Data=706d020 |05259| | |c| | | | drawing Data=706e001 |05259| | |c| | | | drawing Data=706e002 |05259| | |c| | | | drawing Data=706e003 |05259| | |c| | | | drawing Data=706e004 |05259| | |c| | | | drawing Data=706e005 |05259| | |c| | | | drawing Data=706e006 |05259| | |c| | | | drawing Data=706e007 |05259| | |c| | | | drawing Data=706e008 |05259| | |c| | | | drawing Data=706e011 |05259| | |c| | | | drawing Data=706e015 |05259| | |c| | | | drawing Data=706e016 |05259| | |c| | | | drawing Data=706e017 |05259| | |c| | | | drawing Data=706e018 |05259| | |c| | | | drawing Data=706e019 |05259| | |c| | | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | 3. Requirements 3.1 One Third (1/3) Unit Of Desiccant (mil-d-3464, Type Ii Nondusting) Per Cubic Foot Of Container Interior Volume Shall Be Placed In Desiccant Holder Of Each Container At Time Of Shipment. 3.2 At Faying Surfaces, Discontinuous Welds, Or Other Areas Where Atmospheric Liquids May Be Retained By Capillary Action, The Crevice Shall Be Sealed Using Sealing Compound Mil-s-81733 Or Equivalent. 3.3 Reference To Cadmium Plating Shall Be Deleted And The Following Substituted: "finish Shall Be Electrodeposited Alkaline Zinc-nickel Alloy In Accordance With Astm B 841 Class 1, Type B, Grade 3." 3.4 The Shock Mount Listed In The Drawing Package (whether Identified As Sole Source, Recommended, Or Suggested) Has Been Tested And Approved For The Shock Mitigation System Of This Container. No Other Shock Mount May Be Substituted Without Written Permission of Naval Inventory Control Point, Philadelphia Unless An Alternate Is Specifically Indentified In This Contract. ;no Other; Is An Approved Alternate Mount. acceptance Criteria For Aluminum Fabrication //all Welds Shall Be Visually Inspected. Visual Inspection Shall Include 5 Power Magnifications When Suspect Condition Is To Be Examined Beyond The Capability Of Normal Vision. A Weld Shall Be Acceptable By Visual inspection If It Shows The Following:(1) The Weld Shall Have No Cracks (2) Through Fusion Shall Exist Between Adjacent Layers Of Weld Metal, And Between Weld Metal And Base Metal. (3) Weld Profiles Shall Be In Conformance With Aws D1.2 D1.2m:2003. (4) porosity Is Not Permitted. Critical And Major Welds On The Ifaa Shall Be Subjected To Further Non-destructive Testing Using Dye Penetrant Inspection To Determine The Presence Of Surface Cracks. welding And Welder Qualifications Shall Meet Current Aws D1.2 Standards. additionally, Cleaning Preparations Shall Be In Accordance With Mil-c-5541 and The Cleaning Paragraph Located In The Welding Requirement Section Of the Contract. all Containers Must Be Affixed With A Nameplate That Includes A unique Identification (uid) Marking As Referenced In The Drawing Package drawing ;(80132) 15930; And Iaw Mil-std-130 Latest Revision. The Contractor shall Contact Navicp Code ;n241.17 (0771.17); Or Code 0771.10 For The Alphanumeric sequential Serial Number Group That Makes Up Part Of The Uid. the Uidwill Be Included On The Nameplate In Data Matrix Format. 3.5 Welding And Welder Qualifications Shall Be In Accordance With Aws D1.1 for Steel, Aws D1.2 Or Mil-w-22248,class 4 For Aluminum, Aws D1.3 for Sheet Steel And Aws D1.6 For Stainless Steel. Proper Controls Shall Be Used To Prevent Melt Through Or Burn Through. For Aluminum, Filler For Welding 6061 Alloy Shall Be 4043: Filler For Welding 5000 Series Alloys to Themselves Or To 6061 Shall Be 5356 Or 5556. In Addition,welding And weld Inspection Shall Include: (1) Visual Inspection Shall Include 5x (5power) Magnification When A Suspect condition Is To Be Examined Beyond The Capability Of Normal Vision. (2) Critical And Major Welds May Be Subjected To Further Non Destructive testing (such As Dye Penetrant Inspection)as Prescribed By The Buying Activity. (3) Proper Documentation Shall Be Available For Review By Government Personnel. 3.6 Work Instructions. Work Instructions Shall Be Posted At Theoperator's Work Station Giving Procedures To Control The Welding Process, I.e., Filler Material, Weld Size, Electrical And Gas Characteristics, Including Flow Rate. 3.7 Materials And Materials Control. The Quality Program Shall Assure That The Materials Used In Fabrication Or Processing, I.e., Base Metals And Weld Filler Material, Be Inspected And Conform To The Applicable Physical, Chemical And Other Technical requirements (supplier's Certification Is Sufficient). 3.8 Controls. Weld Filler Materials Shall Be Clearly Identified And Segregated From Each Other Both When In Storage And At The Work Station. Work Station Environment Shall Be Controlled To Prevent Conditions Adverse To Proper Gas Shielding. 3.9 Cleaning. Parts To Be Welded Shall Be Cleaned To Remove Surface Soils Such As Oils, Waxes, Grease, Inks, Etc. Except That Uninhibited Alkaline Solutions Such As Sodium Hydroxide Shall Not Be Used. 3.10 Deoxidizing. The Cleaned Parts Shall Be Chemically Deoxidized No More Than 10 Days Prior To Welding To Remove Thick Surface Oxide Films. (if The Material Or Work Is Exposed To An Outdoor Environment, This Time Limit Shall Be Reduced To A Maximum Of 3 days, To Account For Atmospheric Effects.) Mechanical Cleaning Methods Shall Be Applied Just Prior To The Actual Start Of Welding, To Remove Any Reoxidation Or Residual Thin Oxide Films. 3.10.1 Chemical Treatment. An Acid Deoxidizing Treatment Shall Be Applied By Either Immersion Or Brushing/wiping. Deoxidizers Acceptable For Use Shall Include Nitric Acid, Sulfuric Chromic, Phosphoric Chromic, Or Equivalent Solutions. Sodium Hydroxide solutions Shall Not Be Used. Care Shall Be Taken To Assure 100% Solution Coverage Of The Area To Be Welded. To Allow An Adequately Sized Deoxidized Area For Good Welding, The Solution Shall Be Applied To An Area Extending At Least 2 Inches From The Weld Site, or Ending At Any Closer Adjacent Edge. 3.10.2 Mechanical Means. Immediately Prior To Welding, Mechanical Cleaning Methods Shall Be Applied To The Weld Areas Previously Chemically Treated To Assure Removal Of Residual Or Reformed Oxides, If Any. Acceptable Methods Of Mechanical Cleaning Include stainless Steel Wire Brushing, Scraping, Filing, Or Sanding. However, Abrasives Containing Iron And Its Oxides, Steel Wool And Wire, And Copper Alloy Based Wire, Which May Become Embedded With Galvanically Active Metals And Accelerate Corrosion Of Aluminum alloys Shall Not Be Used. Mechanical Methods Shall Be Vigorous Enough To Adequately Remove Any Residual Oxide Films, But Gentle Enough To Avoid Forming An Excessively Rough Surface In The Comparatively Soft Metal Underneath. contact Code N241.17 Or N241.10 To Arrange For First Article Test Facility Location. when A First Article Is Required The Contractor Shall Submit A Copy Of The Drawings, Contracts And Approved Eco's, Deviations, Waivers And Modifications In The Records Receptacle Of The First Article Container. contact Code ;buyer On Page One; Or Code N241.10 To Arrange For First Article Test Location when A First Article Is Required, The Contractor Shall Submit A Paper Copy Of The Drawings (size 11" X 17"), Contracts And Approved Ecp's Eco's, Deviations Waivers, And Modifications In The Records Recepticle Or Inside The Container Submitted For The First article. welding And Welder Qualifications Shall Meet Current Aws D1.2 Standards. additionally, Cleaning Preperations Shall Be In Accordance With Mil-c-5541 and The Cleaning Paragraph Located In The Welding Requirements Section Of The Contract 4. Quality Assurance 4.1 100% Production Leak Test. Each Container, Uninstrumented And Without Dummy Load, Shall Be Raised To A Height Of 18 Inches And Allowed To Fall Freely To A Concrete Or Similarly Hard Surface, Landing Flat On Its Base. The Container Shall Then Be Prepared for Testing By Sealing All Breathing Devices And Inserting Suitable Pressurized Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. The Pneumatic-pressure Technique Of Method 5009 Of Federal Test Method Standard No. 101c Shall Be used To Detect Leakage. An Initial Pressure Setting Equal To 1.0 + 0.1 - 0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure In Excess Of 0.05 Psig (adjusted For Changes In Temperature And Barometric pressure) Shall Be Cause For Rejection. Warning container May Explode Or Fasteners May Fail During Test. Use Protective Barriers To Avoid Injury To Personnel. all Welds On The Ifaa Will Be Visually Inspected In Accordance With Aws B1.11:2000 And Then Dye Penetrant Inspected In Accordance With Aws B1.10:1999. The Weld Inspection Criteria Is Listed In The Requirments Section Note. Additional Acceptance Criteria Is Also in Mil-w-22248 Or Awsd1.2:2003 4.2 The Tests To Be Performed Under The First Article Approval Clause (far 52.209-4) Of The Contract Are Listed Below. 4.2.1 Dimensional Test (special) ;to Drawing (05259) 706e001-1 And Sub-drawings Isapplicable.; 4.2.2 Requirements Of: ;to Drawing (05259) 706e001-1 And Sub-drawings Is Applicable.; 4.2.3 Form: ;applies; 4.2.4 Fit: ;applies, Use Actual Item; 4.2.5 Function ;applies; 4.2.6 Compliance With Drawing ( ;05259; ) ;706e001-1; , Revision ;latest; And Specifications Referenced Therein. 4.3 In Addition To The Above Tests, The First Article(s) To Be Delivered Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With Contract Requirements Requirements. 4.4 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Testing. 4.5 The Cost Of The Government Testing Effort Set Forth In This Solicitation Is Estimated To Be $ ;20,000; For The First Article Testing. This Cost Factor Will Be Added, For Solicitation Purposes, To The Price Of All Offerors For Whom The Government Will require Such Testing. 4.6 Disposition Of Fat Samples 4.6.1 ;zero; Sample(s) Shall Not Be Returned To The Contractor Because They Shall Be Destroyed During Testing. 4.6.2 ;all; Unless Otherwise Provided For In The Contract, Sample(s) Shall Be Returned To The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The sample(s) Have Inspection Approval From The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. ;n/a; Sample(s) Shall Be Returned To The Contractor But Shall Not Be Considered As Production Due. 4.7 Test Sample Coating Instructions 4.7.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative.this Paragraph Does Not Apply To Shipping Containers. 4.8 Fat Approval Criteria 4.8.1 Far 52.209-4 Applies (a) The Contractors Shall Deliver ;one (1); ; Unit(s) Of The Following Cage ( ;05259; ; ) Part Number ;706e001-1; ; , Revision ;latest; ; Within ;160; ; Calendar Days From The Date Of This Contract To The Government At ; Test Facility Addresses naval Air Warfare Center Aircraft Division highway 547, Building 678 lakehurst, Nj 08733 nswc Indian Head Division, Detachment Picatinny building 458, Whittemore Ave. picatinny Arsenal, Nj 07806-5000; ; marking Of Test Sample(s) Shipping Container Shall Be As Follows, Citing This Contract Number: "for First Article Testing. Not Rfi Material. Do Not Take Up In Stock Contract Number:____________" for First Article Test, The Shipping Documentation Shall Contain This Contract Number And Lot/item Identification. The Characteristics That The First Article Must Meet And The Testing Requirements Are Specified Elsewhere In This Contract. (b) Upon Shipment Of First Article Sample(s), Two (2) Copies Of The Material Inspection And Receiving Report (dd Form 250) Bearing The Qar's Signature And Indication Of Preliminary Inspection Shall Be Forwarded To The Navicp- Philadelphia Code Cited In Block 10.a Of Sf33, With Duplicate Copies To Navicp Code 072 And To The Designated Test Facility. The Envelopes Shall Be Clearly Marked: "do Not Open In Mail Room". within ;120; ; Days After Receipt Of The Samples, The Test Site Shall Complete Testing/evaluation And Submit Two (2) Copies Of Their Test Report With Conclusions And Recommendations To The Navicp Code Cited In Block 10.a Of The Sf33. (c) Within ;120; ; Calendar Days After The Government Receives The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The Contractor. a Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request, Shall Submit An Additional First Article For Testing. After Each Request, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First Article Or select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Furnish Any Additional First Article To The government Under The Terms And Conditions And Within The Time Specified By The Government. The Government Shall Act On This First Article Within The Time Limit Specified In Paragraph (b) Above. The Government Reserves The Right To Require An Equitable adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any Additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Deliver Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract (f) Unless Otherwise Provided In The Contract, The Contractor - (1) May Deliver The Approved First Article As Part Of The Contract Quantity, Provided It Meets All Contract Requirements For Acceptance And Was Not Consumed Or Destroyed In Testing: And (2) Shall Remove And Dispose Of Any First Article From The Government Test Facility At The Contractors Expense. (g) If The Government Does Not Act Within The Time Specified In Paragraph (b) Or (c) Above The Contracting Officer Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance dates And/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts Support, And Repair Of The First Article During Any First Article Test. (i) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Of, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocable To This Contract For (1) Progress Payments, Or (2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government (j) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To This Effect With Each First Article. (k) The Contractor Shall Provide Specific Written Notification To The Procuring Contracting Officer Informing Him/her Of The Shipment Of Any Article(s) Furnished In Accordance With This Clause. Such Notification Must Be Addressed To The Attention Of The navicp Code Specified In Block 10.a Of The Sf33, With Copies To Navicp Code 072 And To The Testing Activity. Failure To Provide Such Notification Shall Excuse The Government From Any Delay In Performing First Article Testing And Informing The Contractor Of the Results Thereof. (l) Fourteen (14) Days Prior To Shipment Of First Article Samples, The Contractor Shall Notify The Designated Test Facility In Writing Of The Anticipated Shipping Date, With An Information Copy To The Pco, Navicp Philadelphia, Attn: (cite Code Found In Block 10.a Of The Sf33). The Contractor Shall Also Arrange For Preliminary Inspection Of Test Samples By The Dcmc/qar. 4.9 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, The Naval Inventory Control Point Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The government Or The Original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States Code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And One that Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First Article approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. _______________ Quantity:_______ After Date Of Contract:__________ all Costs And Responsibilities Related To The First Article Test Submission Container Shipment To And From The First Article Test Facility Are To Be Borne By The Contractor. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable this Niin And Tdp Are Setup For The Procurement Of Both, An Inner-frame And Anouter-shell Container For The T56 Qeca Engine. I. Stanke, 0771.13, X2458, 03/25/05. this Buy Has The Updated Drawings For The Extrusion Which Are No Longer Source Controlled. additionally, On Drawing Number 706e005 The Roller Assembly, (part Number 17c069-1) Listed As Item Number 26, Has An Alternate Source Of Supply. This Alternate Source Of Supply Is Hilman Inc., Cage (28013), And The Part Number Is From Drawing Number 5-ot-03119, rev. "9". I. Stanke, 0771.13, X2458, 09/27/05.

City Of Bayawan Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 2.5 Million (USD 43.5 K)
Details: Description Republic Of The Philippines Province Of Negros Oriental City Of Bayawan Bid No.:itb 24-326 Bids And Awards Committee Date:december 27,2024 Invitation To Bid Sealed Bids For Quotation Of Prices Will Be Received For The Purchase Of The Following Supplies, Materials And Equipment Of The Government To Be Opened On The Date, Place, And Time Stated In Instruction To Bidders. Item No. Item Description Qty. Unit Additional Attribute Unit Cost Total Lot I Feeds 42,930.00 1 Feeds, Grower 50 Kgs/sack 2 Sack 2 Feeds, Finisher 50 Kgs/sack 2 Sack 3 Poultry Feeds Layer Mash, 50 Kgs/sack 18 Sack 4 Feeds , Starter 50 Kgs/sack 2 Sack Lot Ii Drugs And Medicines 3,810.00 5 Multivitamins, + Electrolyte 24 Sachets X 22 Grams Per Box 6 Box Lot Iii Carpentry Tools And Supplies 14,877.50 6 Bronze, Nail # 1 2 Kilo 7 Bronze Nail, # 1 1/2 3..5 Kilo 8 Bronze Nail, # 2 ..50 Kilo 9 Bronze Nail, # 2 1/2 1..50 Kilo 10 Plywood, Marine ,3/4 1 Piece 11 Plywood , Marine ,1/4 2 Piece 12 Plywood, Marine ,3/8 2 Piece Lot. Iv Bolt And Screw 220.00 13 S/s Lag Screw, S/s ,5x16x3 2 Piece 14 Lag Screw , S/s ,5x16x2 1/2 2 Piece Lot. V Electrical Supplies And Materials 158,218.00 15 Electric Iron, Dry And Steam (1200w/ 230v Ac/ 60hz) 2 Unit 16 "electric Oven , (2 Layers) Oven Capacity: 49.0 Liters, Oven Accessories: Oven Net, Oven Tray" 1 Unit 0.00 17 Ice Crusher, Electric, Aluminum, 220v 1 Unit 18 "egg Machine , With 24 Hens *cage - 1 Teir Set Up (12 Heads) - Made Of Hot Dipped Galvanize - 6 Doors Total, 18in Per Door, 4 Heads Per Door - H=5ft- W=4.5ft - L-9ft *ready To Lay Hens - 17 To 19 Weeks White Dekalb - Fully Vaccinated With Booster Shots * Feeders- Blue Pvc Feeders * Drinkers- Double Cup & Double Nipple Drinker" 6 Unit 19 Electric Wire, Duplex, Flat Cord, #12, Duplex, Flat Cord, #12 120 Unit Lot. Vi Farm/garden Tools And Accessories 1,160.00 20 Pail, 12l Capacity, Black 2 Piece 21 Basin Plastic , Plastic ,28 Inches (large) 6 Piece Lot. Vii Lighting And Fixtures And Accessories 624.00 22 Bulb, Led,(5 Watts) 6 Piece Lot. Viii Measuring/observing/testing Devices 15,696.00 23 Weighing Scale, Manual, Flat Form, 10 Kgs. Capacity 9 Unit Lot. Ix Paints, Tools And Supplies 14,574.00 24 Paint Brush, 3in, Pure White Bristle 3 Pieces 25 Lacquer Thinner , 3 Liter/bottle 2 Bottle 26 Epoxy Paint , White 4 Liter/gallon 5 Gallon 27 Marine Epoxy , A/b 4 Liter Per Can 2 Can 28 Marine Epoxy , (a/b) 1 Liter Per Can 2 Can Lot. X Paper Materials And Products 980.00 29 Paper Cups , 10oz 4 Pack 30 Paper Cups , 12oz 4 Pack 31 Paper Cup , 16oz 4 Pack Lot. Xi Power Tools, Equipment And Accessories 135,500.00 32 "marine Engine, Air-cooled Gasoline Engine,(6.5 Hp) Starting System: Recoil System" 2 Unit 33 "marine Engine , Air-cooled Gasoline Engine ,18 Hp Starting System: Recoil System" 1 Unit 34 "marine Engine , Aircooled Gasoline Engine,16 Hp Starting System: Recoil System" 4 Unit 35 Electric Grinder , Wet & Dry,fully Stainless(3hp Grinder Peanut Butter,220v 60hz,heavy Duty) 1 Unit Lot. Xii Appliances 186,618.00 36 Blender , (heavy Duty) 220-240v 3hp/2238 W 1 Unit 37 "chest Freezer, Single Door, 6 Cu. Ft. Solid Top, Grip Handle, Key Lock, Single Wire Basket, Roller Feet, Defrost System: Manual With Warranty" 9 Unit 38 Water Dispenser, Cold (vendo Machine W/coinslot) 220v With Warranty 1 Unit 39 Washing Machine , (twin Tub) 14kgs Capacity With Warranty 2 Unit Lot. Xiii Metal Works & Fabrication 1,199,520.00 40 Fabricated Negokart, With Bmx Bicycle And Accessories (made Up Of G.i Steel Plate, G.i Pipe, Angle Bar. Body Should Bear The Official Seal Of Lgu-bayawan City, Dole And Dilp. Should Also Feature A Tourist Spot Of Bayawan City. 51 Unit Lot. Xiv Other Machinery And Equipment 29,944.00 41 Chainsaw , 36in. Gasoline Engine, 70 Horsepower, Portable 1 Unit Lot. Xv Other Supplies & Materials 506,399.60 42 Frying Wok, Stainless Steel Nonstick, 36cm Diameter,10.5 Cm Depth 51 Piece 43 Glass Show Case, (3 Layers) W-24cm, L-64cm, H-51cm, Thickness Of Glass-0.5cm 52 Unit 44 Steel Basin, Stainless ,45cmx15cm 2 Piece 45 Plastic Jar, With Cover 500ml, For Peanut Butter 100 Piece 46 Chair, Plastic Stool, White 3 Piece 47 Table, Plastic, Monobloc, Square 1 Piece 48 Hanger, Plastic 6 Dozen 49 Clip Hanger, Plastic 12 Pieces 50 Box, For Storage, Plastic, 120l With 2 Clips, Button Wheels For Easy Moving, Clear, Heavy Duty 3 Box 51 Baking Pan, Round, 6 Inches X 3 Inches, Upper Diameter:6 Inches, Bottom Diameter: 5.5 Inches, Height:3 Inches 5 Pieces 52 Glassine Cup, For Cupcake,10cm, 1000pcs/pack 1 Pack 53 Baking Pan, Rectangular, Aluminum 8x12 Inches 6 Pieces 54 Measuring Cup, Plastic, Transparent,up To 1l Capacity 1 Piece 55 Baking Liner, Parchment Paper, 20mtrs., 20m X 30mm Per Box 5 Box 56 Cupcake Molder, Carbon Steel 12 Holes Tray 3 Set 57 Trapal, , 6 Feet Height,0.4mm Thick 18 Meter 58 Brass Pipe, 3/4 Inches,male 25 Unit 59 Ball Joint, 3/4 X 1, For Pump Boat 1 Piece 60 Stainless Shaft, 3/4x5ft 2 Piece 61 Stainless Shaft, 5/8 X 7ft W/ Thread 1 Piece 62 Stainless Propeller 3/4 X 5ft 2 Unit 63 Stainless Propeller 5/8in X 7 1 Piece 64 G.i Pipe, # 1-5-40 20ft./length 1 Length 65 Stand Belt, S/s,3/8x2.5 2 Piece 66 Stand Belt, S/s ,3/8x3 2 Piece 67 P.e Hose , 1 1/2 4 Meter 68 Rope, #20 1..5 Roll 69 Rubber Float , Round (patao) 360 Pieces 70 Cooler Box, Styro, 12kls Capacity 6 Piece 71 Cooler, Plastic With Cover (40kgs. Capacity) 2 Piece 72 Battery, 12 Volts 22 Plates 1 Unit 73 Battery , 12 Volts 17 Plates 3 Unit 74 Iron Board, Foldable, Ironing Board Cover With Foam, 36in Board Length. 2 Piece 75 Stove, Single Burner (stainless Steel Body, Automatic Ignition Flame Controller, Gas Type: Lpg) 51 Unit 76 Stove, Single Burner With Gas Tank 7kgs. 1 Set 77 Aluminum Wok/cawa, Big Size, Diameter 56.5 Cm, Height 19cm 1 Piece 78 Fishing Hook, #58 2 Pack 79 Fishing Hook, #59 4 Pack 80 Fishing Hook, #60 4 Pack 81 Lead Sinker, No. 2 25 Kilo 82 Nylone , Monoline,#45 1 Kilo 83 Nylone , Monoline,#40 1 Kilo 84 Nylone , Monoline ,#30 1 Kilo 85 Nylon , Monoline,#25 1 Kilo 86 Nylone , Monoline,#20 1 Kilo 87 Nylon , Monoline,#15 5 Kilo 88 Nylone , Monoline.#12 1 Kilo 89 Nylone , Monoline,#10 10 Kilo 90 Fishing Net , (pamu) #8 4 Meter 91 Fishing Net , #10 1,500 Meter 92 Fishing Net , #9 1,400 Meter 93 Pamo Net , 210x2x9x100m 3 Roll 94 Pamo Net , 210x2x8x100m 3 Roll 95 Hand Mixer , (electric Cake Batter) 3 Kls. Capacity Single Whisk. 1 Unit 96 Plastic Sando Bag (xl) 50 Pieces Per Pack, (xl) 50 Pieces Per Pack 55 Pack 97 Sando Ecobag, Large, 50 Pieces/pack 55 Pack 98 Brass Pipe, 5/8" X 4 Feet 1 Piece 99 Sand Paper,#120 4 Pack 100 Sando Ecobag, Extra Large, 50 Pieces/pack 10 Pack 101 Cross Joint, 3/4 Ft. X 5/8 Inches, 3/4 Ft. X 5/8 Inches 2 Piece 102 Rudder Assembly Stainless 5/8 Inches X 3 Feet, 5/8 Inches X 3 Feet 2 Piece 103 Rudder Assembly Stainless 5/8 Inches X 3.5 Feet, 5/8 Inches X 3.5 Feet 1 Piece Lot. Xvi Cleaning Equipment And Supplies 223,426.00 104 Bleaching Liquid, 250ml Per Bottle 408 Bottle 105 Bleaching Liquid, 5l Per Bottle 4 Bottle 106 Bleaching Liquid, 3.785l Per Bottle 10 Bottle 107 Bleaching Liquid, Color Safe 3.6l 10 Bottle 108 Body Soap, Pure White With Germ Shield, 60g 408 Piece 109 Body Soap, Fresh Green With Germ Shield, 60g 408 Piece 110 Detergent Bar, 360g 20 Piece 111 Detergent Bar, White, 400g 408 Piece 112 Detergent Powder, Calamansi (single), 57gx6 Sachet 510 Pack 113 Detergent Powder , (whitener) 2 Kilo Per Pack 10 Piece 114 Detergent Powder , (twin Pack) Sunrise Fresh 70g X 6 Sachet 408 Pack 115 Detergent Powder , (all Colors) 2 Kilo Per Pack 10 Pack 116 Fabric Conditioner, Antibac, Sachet, 25ml X 6 340 Pack 117 Fabric Conditioner , Sunrise Fresh, (1l) 10 Piece 118 Hair Conditioner, Standout Straight Sachet, 12ml X 6 170 Pack 119 Hair Conditioner, Damage Control 11ml X 6sachet 170 Pack 120 Hair Shampoo & Conditioner , Complete Repair Avocado Oil & Honey For Damage Hair, 15ml X 6 Sachet 408 Pack 121 Hair Shampoo, Smooth & Manageable 15ml X 12s 408 Pack 122 Sanitary Napkin, Non-wings 8pcs/pack 204 Pack 123 Sanitary Napkin, W/wings 8pcs/pack 170 Pack 124 Toothpaste Cool Menthol Fresh Twin Sachet, 20g, Cool Menthol Fresh Twin Sachet, 20g 408 Piece Lot. Xvii Commercial Lumber 11,254.00 125 Lumber, Gemillina,1x2x18 15 Piece 126 Lumber, Gemillina,2x8x8 1 Piece 127 Good Lumber, 1x2x10 9 Piece 128 Good Lumber, 1x12x16 3 Piece 129 Good Lumber, 1x2x18 3 Piece 130 Good Lumber, 2x2x10 9 Piece 131 Good Lumber, 2x2x8 3 Piece 132 Good Lumber, 2x4x8 2 Piece ***nothing Follows*** Grand Total 2,545,751.10 Place Of Delivery: Fob Bayawan, City Warehouse Form And Amount Of Bid Security: I Hereby Certify That The Above Articles Are Equally Carried In Stock By Me In Quantities Above Stated Except Those Marked "none". Terms And Conditions Specified In The Annex Of This Form Are Herein Accepted. The Quantity Shown And Prices As Quoted Are Hereby Offered. ___________________________ Name Of Business/company Address/contact Number Evaluation: Bids And Awards Committee _________ Virginia D. Sadiasa, Chairman Wilfredo C. Tuale, Member _________ Saturnino T. Dayanan, Vice-chairman Corazon P. Lirazan,member ________ Ernesto N. Dinopol,jr.,member _________ Nefredo Camillo A. Villarubia,member Invitation To Bid The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors/contractors To Bid For The Hereunder Projects: Itb No. Pr No. Project Name Total Abc Of Project Source Of Funds Itb 24-326 300-24-12-011 Delivery Of Other Supplies And Materials For Integrated Livelihood Project.(ccmdo) 2,545,751.10 Trust Fund Lot No. Description Of Lot Total Abc Of Lot Bid Security Cash/mc/bank Gurantee (2% Of Abc) I Feeds 42,930.00 856.60 Ii Drugs And Medicines 3,810.00 76.2 Iii Carpentry Tools And Supplies 14,877.00 297.54 Iv Bolt And Screw 220.00 4.40 V Electrical Supplies And Materials 158,218.00 3,164.36 Vi Farm/garden Tools And Accessories 1,160.00 23.20 Vii Lighting And Fixtures And Accessories 624.00 12.48 Viii Measuring/observing/testing Devices 15,696.00 313.92 Ix Paints, Tools And Supplies 14,574.00 291.48 X Paper Materials And Products 980.00 19.6 Xi Power Tools, Equipment And Accessories 135,500.00 2,710.00 Xii Appliances 186,618.00 3,732.36 Xiii Metal Works & Fabrication 1,199,520.00 23,990.40 Xiv Other Machinery And Equipment 29,944.00 598.88 Xv Other Supplies & Materials 506,399.60 10,127.992 Xvi Cleaning Equipment And Supplies 223,426.00 4.468.52 Xvii Commercial Lumber 11,254.00 225.08 Bid Documents Shall Be Available At The Bac Office, New Bayawan City Hall, Negosyo Center, Lgu Bayawan City Upon Ss Payment Of Prescribed Non-refundable Fee In The Amount Of Php 5,000.00. Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids As Shown Below. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Post- Qualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed Below, As Follows: Activities Schedule Issuance Of Bid Documents December 27, 2024 To January 15, 2025 @ 5:00 P.m. Pre-bid Conference January 7, 2025 @ 9:00 A.m. Deadline/opening Of Bids January 16, 2025 @ 9:00 A.m. Approved: Virginia D. Sadiasa Bac Chairman Geps Publication : December 27, 2024 Newspaper : None

Municipality Of New Bataan, Compostela Valley Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 3 Million (USD 51.6 K)
Details: Description Item Quantity Unit Of Item Code Item Description Estimated Estimated No. Issued Unit Cost Total Cost B. Other General Requirements 1 1 Each B.5 Project Billboard/signboard 8,109.94 8,109.94 2 3 Mos B.7 Occupational Safety & Health Program 14,363.73 43,091.19 3 1 L.s B.9 Mobilization/demobilization 21,673.43 21,673.43 D. Earthworks 4 119 M³ 803(1)a Structute Excavation (common Soil) 299.89 35,686.91 5 105 M³ 804(1)a Embankment From Structure Excavation 210.00 22,050.00 6 14 M³ 804(4) Gravel Bedding 1,667.54 23,345.56 E. Plain And Reinforced Concrete Works 7 25 M³ 900(1)b Structural Concrete For Footing Tie Beam, Column, Suspended Slab, Girder/beam (class A, 285 Days) 8,714.35 217,858.75 8 1,976 Kg 902(1) Reinforcing Steel Of Reinforced Concrete Structures For One-story, Grade 40/grade 60 92.01 181,811.76 9 128 M² 903(2)a Formworks And Falseworks (for One-story Building) 947.89 121,329.92 F. Finishing Works 10 34 M 1013(2) Fabricated Metal Roofing Accessory (ridge/hip Rolls/flashing/counter Flashing/valley Roll) 539.79 18,352.86 11 680 M² 1014(1) Prepainted Metal Sheets (rib-type, Short Span/long Span, 0.5mm Thick) 719.28 489,110.40 12 821 M² 1032(1)c Painting Works Metal Painting 507.29 416,485.09 13 9,959 Kg 1047(2)b Structural Steel Roof Truss & Steel Plate 115.76 1,152,853.84 14 1,124 Kg 1047(2)c Structural Steel Purlins 118.52 133,216.48 15 72 Pc 1047(3)a Metal Structure Accessories (anchor Bolts) 863.89 62,200.08 16 261 Pc 1047(3)b Metal Structure Accessories (sagrods) 202.39 52,823.79 Page - 2 Subtotal: 1,817,579.28 Page - 1 Subtotal: 1,182,420.72 Grandtotal: 3,000,000.00

Indian Army Tender

Works
Civil And Construction...+2Civil Works Others, Building Construction
GEM
Corrigendum : Corrigendum Added
India
Closing Date20 Jan 2025
Tender AmountRefer Documents 
This is an estimated amount, exact amount may vary.
Details: Constr Of Multipurpose Indoor Hall With Pcc Badminton Court size 57 Into 30 Into 30 Feet And Gym Size 30 Into 30 Into 15 feet Excavation Of Ground For Foundation 900mm X 600mm and 1m X 1m In Columns , Pcc 1 Ratio 4 In Foundation For brick Work With The Thickness Of 100 Mm , Pcc In Floor With bedding Of 3 Inch Rubble Stone And Pcc Work With 1 Ratio 1 point 5 Ratio 3 Mix M 20 Material Of 100 Mm Thickness , brick Work With 1 Ratio 6 Mix Material With Sub B Class Bricks work In Walls On 230mm Thick Wall , Plaster On Walls With 1 ratio 4 Mix Material Inside And Outside Maintaining thickness Of 15 Mm , Steel Bars In Column And Beam , Rcc work In Column And Beam With 1 Ratio 1 Point 5 Ratio 3 Mix m20 Material , Pillar Column Of 6 Inch Ms Round Pipe 4mm to 5mm Wall Thick With Base Plate On Bothside Of 16 Inch x16 Inchx10mm Thickness Height Of Pillar 22 Feet Include J bolts For Grouting Of Pillars 1mtr Long , Trusses Made Of 2 into 4 Inch Ms Pipe Of Wall Thickness 3 To 4 Mm Thick including Cutting Jointing Complete , Purlin Of 2 X 4 Inch rectangular Ms Pipe Of Thickness 3 To 4mm , Rafters Of 3x3 inch Square Pipe Of Thickness 3 To 4mm , Ms Pipe Support for Side Covering With 2x1 Point 5 Inch Pipe Of Thickness 3 To 4mm , Cross Bracing For Structure Of 2x4 Inch Ms Pipe Of thickness 3mm To 4mm , Aluminium Windows 6x6 Feet 06 nos And Doors 02 Nos Including All Accessories , Roof And side Covering With Colour Coated Aluminium Galvanized sheet 0. Point 45 To 0 Point 5 Mm Thick Including Claddings of 6 Into 6 Inch Size At All Corners Of The Shed , Electrification work Including Fans 8 Nos And Tube Lights 12 Nos And Switch sockets 20 Points , Ventilation Exhaust Fan 06 Industrial type Fixed On Top Of The Roof Incl All Attachments , Painting work Including Enamel Paint On Fabricated Work And whitewash On Cement Wall Inside And Outside , Badminton court Rubberized Mat Surface , Treadmill Commercial , dumbbells 2 And 4 And 5 And 10 Kg Weight , Rubberized weight Including Rods , Cross Trainer Commercial , Incline and Decline Bench , Exercise Bike Commercial , Gym Mat

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents 
Details: The Naval Air Warfare Center Weapons Division (nawcwd), China Lake, Ca, Intends To Issue An Rfp On A Sole Source basis To Jacobs Technology Inc. Based On The Federal Acquisition Regulation 6.302-1 Justification For Only One Responsible source And No Other Supplies Or Services Will Satisfy Agency Requirements. Jacobs Technology Inc. Is The Current Designer And operator Of The Air Launch Test Capability (altc), And The Only Source Able To Perform These Efforts In The Timeline Required To Meet Fleet Needs. this Effort Is A Follow-on Contract That Will Continue To Provide Upgrade, Redesign, And Operation Of The Current Launch Test Complex (ltc) At China Lake, Ca, To Include Site Re-activation, Test And Evaluation, Support To Enable Fielding Or Deployment, As Well As Upgrade, Design And Fabricate A Test Payload Tube (tpt), Launch Test Stand (lts), Launch Test Vehicle(s) (ltv), Advanced Payload Module (apm), Compressed Air Ejector (cae), Cross Flow (cf) Simulator And Control And Data Acquisition Next Generation (cdas-ng). The Upgraded Ltc, Now Referred To As The Air Launch Test (alt) Complex, Will Provide The Air Launch Testing/capability To Support The Cps Program. This Requirement Is To Also Provide Conceptual Design And Operation Of An Under Water Test (uwt) At The Underwater Launch Test (ult) Complex , Which Will Include Estimated Costs, Technology Maturity And Estimates On Build Schedules. This Data Will Be The Updated Basis For Government Trade Studies, Or Parametric Cost Estimates For The Ult Complex. The Alt And Ult Complex Will Not Only Aide In The Conceptual Design Of A New Weapons System, Through Qualification Of Hardware, Various Components And Systems, But Will Also Provide Risk Mitigation For The Testing Of The New Weapons System On A Ship, Submarine, Aircraft, And Land To Achieve The Hypersonic Capability As Directed By The Office Of The Secretary Of Defense (osd). this Notice Of Intent Is Not A Request For Competitive Proposals; However, Any Firm Believing It Can Fulfill The Requirement Identified Above May Submit A Written Response To Be Received At The Contracting Office No Later Than 18 Days After The Date Of Publication Of This Notice, Which Shall Be Considered By The Agency. The Written Response Shall Reference Solicitation Number N6893625r0015 (posted As N6893624r0025 With The Sources Sought; Here Updated For Fiscal Year 2025) And Provide A Capability Statement That Clearly Indicates The Firm’s Experience, Assets, Background, And Ability To Perform The Required Work Without Compromising The Quality, Accuracy, Reliability, And Schedule. interested Firms Must Be Registered In The System For Award Management (sam) Database At Https://sam.gov/ To Start Doing Business With The Federal Government. written Responses To This Notice Shall Be Submitted By E-mail To The Point(s) Of Contact Listed Below No Later Than 18 Days From This Notice Date.

Island Garden City Of Samal, Davao Del Norte Tender

Automobiles and Auto Parts
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 91.5 K (USD 1.5 K)
Details: Description City Mayors Officeadmin Division P.r.no: 2025-02-1780 Date 02/02/2025 Item No. Qty Unit Name And Description Of The Article/s Approved Budget Contract Per Item Brand / Model Unit Price Total Amount 1 1 Pc Cylinder Head Gasket For Kia 2700 2,300.00 2 1 Pc Valve Cover Gasket For Kia 2700 1,000.00 3 1 Pc Oil Pan Gasket For Kia 2700 900.00 4 1 Pc Crank Shaft Oil Seal For Kia 2700 1,600.00 5 1 Pc Cam Shaft Oil Seal For Kia 2700 1,050.00 6 1 Pc/s Oil Filter For Kia K2700 2,700.00 7 1 Pc Fuel Filter For Kia K2700 4,300.00 8 1 Pc/s Air Cleaner For Kia 2700 3,600.00 9 1 Pc Hand Brake Cable For Kia 2700 5,000.00 10 1 Pc Glow Plug 700.00 11 1 Lot Cylinder Head Resurface 2,600.00 12 1 Lot Replace Valve Seal 1,000.00 13 1 Lot Valve Lapping 1,600.00 14 1 Lot Press In/out Valve Guide 1,600.00 15 1 Lot Replace Valve Seat Ring 2,250.00 16 1 Set Valve Guide 2,900.00 17 1 Set Valve Seal 1,850.00 18 1 Set Valve Seat Ring Fabricate 3,000.00 19 1 Lot Check Up Of Injection Pump Of Cleaning 4,100.00 20 1 Lot Labor Of Pull Out And Installation Of Engine And Dismantle Assemble Of Engine 25,100.00 21 1 Lot Labor Of Electrical Installation Of Heater Switch 4,700.00 22 1 Pc Front Door Opener Inner (l) 1,900.00 23 1 Pc Front Door Opener Inner (r) 1,900.00 24 1 Set Back Door Opener Assembly With Lock 8,050.00 Item No. Qty Unit Name And Description Of The Article/s 25 6 Liters Engine Oil 15w40, Multi-grade Hd Approved Budget Contract Per Item Brand / Model Unit Price Total Amount 3,120.00 26 2 1 Pcs Wiper Blade 21-18 Pc 1,200.00 27 Ex-haust Manifold Gasket 1,500.00 *** Nothing Follows *** Total Approved Budget For The Contract 91,520.00

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+2Others, Construction Material
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 990 K (USD 17.1 K)
Details: Description Part I Other General Requirements B.3(1) Permits And Clearances L.s. 1.00 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ B.5(1) Project Billboard/signboard Each 2.00 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ B.7(1) Occupational Safety And Health L.s. 1.00 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ Total Cost (part I) Carried To Summary Php Part Ii Civil, Mechanical, Electrical And Sanitary/ Plumbing Works Part A Earthworks 801(1) Removal Of Structures And Obstruction L.s. 1.00 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ Total Cost (part A) Carried To Summary Php Part B Plain And Reinforced Concrete Works 900(1)i Structural Concrete (class A, 28 Days) Cu.m. 45.17 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ 902(1)a1 Reinforcing Steel (deformed) (grade 40) Kg. 1,204.77 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ Total Cost (part B) Carried To Summary Php Part C Finishings And Other Civil Works C.1 Finishing Works 1003(1)a1 Ceiling (4.5mm., Metal Frame, Fiber Cement Board) Sq.m. 19.95 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ 1027(1) Cement Plaster Finish Sq.m. 54.99 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ C.2 Fabricated Materials 807(14) Gate L.s. 1.00 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ 1047(7) Structural Steel L.s. 1.00 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ C.3 Painting Works 1032(1)a Painting Works (masonry/ Concrete) Sq.m. 19.95 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ 1032(1)c Painting Works (steel) Sq.m. 38.59 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ C.4 Plumbing/sanitary Works In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ 1001(9) Storm Drainage And Downspout L.s. 1.00 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ Total Cost (part C) Carried To Summary Php

DEPT OF THE ARMY USA Tender

Machinery and Tools...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date3 Mar 2025
Tender AmountRefer Documents 
Details: Amendment 0001 To Solicitation W912ch-24-q-0084 1. The Purpose Of This Amendment To W56hzv-24-q-0084 Is To Update The Quantity From 10 Ea To 14 Ea. As A Result Of This Amendment The Solicitation Closing Date Is Extended To 03 March 2025 At 5:00 P.m. Est. 2. Interested Offerors Shall Submit A Proposal, Acknowledging This Amendment, Via E-mail To The Contract Specialist (diana.jones47.civ@army.mil) And Cc The Corresponding Contracting Officer (katherine.e.macfarland.civ@army.mil) With Subject Header: Proposal Submission- W56hzv-24-q-0084 (company Name). Once A Proposal Is Received, The Contract Specialist And Or The Contracting Officer Will Reply To The Respective Offeror Stating Receipt Of Proposal Submission. 3. All Other Terms And Conditions Of The Solicitation Remain Unchanged And In Full Force And Effect. _________________________________________________________________________ original Solicitation Posting: this Solicitation, W912ch-24-q-0084, Proposed To Award A Firm Fixed Priced (ffp) Contract To G.t. Machining & Fabricating Ltd (cage Code: 3ar59), For Procurement Of The Following Item: noun: Winch,drum,power Op nsn: 3950-20-010-1538 manufacturer’s Part Number/cage Code: A4809173/3ar59 quantity: 10* *100% Option Available there Is No Technical Data Package (tdp) Associated With This Procurement. Only The Manufacturer’s Part Number Is Approved From The Manufacturer Or An Approved Distributor. interested Offerors Shall Submit A Proposal Via Email No Later Than February 10, 2025, 5:00 Pm Est To The Contract Specialist (diana.jones47.civ@army.mil) And Cc The Contracting Officer (katherine.e.macfarland.civ@army.mil) With The Subject Header: Proposal Submission -w912ch-24-q-0084 (company Name). Once A Proposal Is Received The Contract Specialist/contracting Officer Will Reply With The Respective Offeror Stating Receipt Of Proposal Submission. caution: This Solicitation Will Be Issued Electronically As Will Any Amendments Thereto. Because Of This, The Government Is Under No Obligation And Is, In Fact, Unable To Maintain A Mailing List. The Burden Is Therefore On Any Interested Parties To Periodically Access The Above Internet Address In Order To Obtain Any Amendments Which May Be Issued. Failure To Obtain Any Amendments And To Respond To Them Prior To The Date And Time Set For Receipt Of Proposals May Render Your Proposal Nonresponsive And Result In The Rejection Of The Proposal. notice To All Contractors: All Contractors Who Provide Goods/services To The Department Of Defense (dod) Must Be Registered In The System For Award Management (sam). You May Register Via The Internet At Https://www.sam.gov/sam/pages/public/loginfaq.jsf. Further Information May Be Obtained Through The Internet At: Https://www.sam.gov/sam/pages/public/loginfaq.jsf.

Dr Jose Fabella Memorial Hospital Tender

Furnitures and Fixtures
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 80.6 K (USD 1.3 K)
Details: Description The Dr. Jose Fabella Memorial Hospital Hereby Invites Interested Suppliers To Submit Quotation For The: Particular Quantity Unit Cost Total Cost 1. Bench Storage With Foam, 4 Seater 2 Units ₱7,800.00 ₱15,600.00 2. Conference Table, 12 Seater Size: Length 360m X Width 140m X Height 75m, Material: Medium Density Fiberboard (laminated Wood), With 12 Seats Included With Fixed Armrest, High Back, Leather Seat 1 Piece ₱35,000.00 ₱35,000.00 3. Steel Filing Cabinet (4 Drawers) Vertical Steel 4 Layers Recessed Handle With Label Holder Cylinder Lock And Keys. 52” Height X 18.5” Width X 28.5” Depth 1 Piece ₱6,000.00 ₱6,000.00 4. Steel Open Type Shelves (7 Shelves), All Steel Legal Size, Fabricated W/ Heavy Gauges Material Steel Sheet #22. Equipped W/ 7 Adjustable/detachable Shelves. Controlled Of Each Shelves W/ Double Stiffener & Each Layer W/ Corner Plate With Slotted Angular Bar. Overll Dim.: 72”h X 36”w X 18”d With Rubber Footing. Brand New. Painted W/ 1 Coat Primer & 2 Coats High Enamel Smooth Gray Finish 2 Units ₱4,500.00 ₱9,000.00 5. Office Table, Pre-laminated Boards W/ Side Drawers & Cpu Cabinet W/ Side Table, 1400 X 700 X 750 1 Piece ₱15,000.00 ₱15,000.00 Total ₱80,600.00 Quotation Must Be Submitted To The Bac Secretariat Office, New Dr. Jose Fabella Memorial Hospital, Tayuman St., Manila On Or Before February 3 ,2025. To Submit Together With Quotation The Following Documents: 1. Philgeps Registration Certificate. 2. Mayor’s Permit 3. Omnibus Sworn Statement For Details, Please Contact The Bac Secretariat At Bacfabella@yahoo.com. The Djfmh Reserves The Right To Accept Or Reject Any Or All Quotations, To Waive Any Defects Found Therein And To Accept Such Quotations As May Be Considered Advantageous To The Government. The Djfmh-bac Assumes No Obligation To Compensate Or Indemnify The Bidders For Any Expenses Or Losses That May Be Incurred In The Preparation Of Quotations Nor Does It Guarantee That An Award Will Be Made. Maria Lu D. Andal, M.d. Chair, Bids And Awards Committee (for Infrastructure / Goods Non- Medical / Consulting Services / Non-medical Equipment /services)
5361-5370 of 5718 archived Tenders