Fabrication Tenders

Fabrication Tenders

Municipality Of Palauig, Zambales Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Province Of Zambales Municipality Of Palauig -0- Office Of The Bids And Award Committee Invitation To Apply For Eligibility And To Bid Ib No. Palg 05-2025 (infrastructure) The Local Government Of Palauig Thru Its Bids And Awards Committee (bac) Invites Suppliers, Manufacturers, Distributors Duly Registered To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Name Of Project: Construction Of Covered Court Of Emiliano M. Aragon Elementary School (emaes) Location : Barangay San Juan, Palauig, Zambales Approved Budget For The Contract . . . . . . . . . . . Php1,550,485.92 Source Of Fund : Sef Delivery Period: 120 Calendar Days Item Description Unit Qty. Unit Cost Total Cost I. General Requirements Php B.9 Mobilization/demobilization Lot 1.00 Spl-3 Occupational Safety And Health Lot 1.00 B.5 Project Billboard/signboard Ea 1.00 Ii. Earthworks 803(1)a Structure Excavation M³ 33.75 804(1)a Embankment From Structure Excavation M³ 26.05 804(4) Gravel Fill M³ 1.13 Iii. Concrete Works 900(1)c3 Structural Concrete M³ 8.34 902(1)a Reinforcing Steel Kg. 771.33 903(2) Forms And Falseworks M² 53.20 Iv. Finishing Works 1027 Plain Cement Plaster Finish M² 16.00 1038 Reflective Insulation M² 287.64 V. Painting Works 1032(1)a Masonry Painting M² 16.00 1032(1)c Painting Works(steel) M² 103.53 Vi. Roof Framing And Roofing Works 1014(b) Prepainted Metal Sheets M² 278.64 1013(2)a1 Fabricated Metal Roofing Accessory (ridge/hip Roll) M 17.00 1047(1)a Structural Steel, Trusses Kg 5,270.21 1047(1)b Structural Steel, Purlins Kg 1,734.31 1047(4) Metal Structure Accessories, Crossbracing Kg. 227.52 1047(7)c Metal Structure Accessories, Turnbuckle Kg 46.08 Total Project Cost Php Prospective Bidder Should Have Experience In Undertaking A Similar Project Within The Last Three (3) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Complete Schedule Of Activities Is Listed, As Follows: 1. Issuance Of Bid Documents - February 19, 2025 2. Pre-bid Conference - February 26, 2025 (2:00 P.m.) 3. Deadline Of Submission Of Bid Proposal - March 10, 2025 (11:30 A.m.) 4. Opening Of Bids - March 10, 2025 (2:00p.m.) 5. Bid Evaluation - March 11, 2025 6. Post-qualification - March 12, 2025 7. Notice Of Award - March 13, 2025 All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations Part A (irr-a). Bidding Documents May Be Obtained At The Bac Secretariat, Palauig, Zambales Upon Payment Of Non-refundable Fee Of Php 5,000.00 To The Municipal Treasurer’s Office. Duly Accomplished Eligibility Forms Shall Be Submitted In Sealed Envelope Address To The Bac Chairperson. The Lgu Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Bid. Moreover, The Lgu Reserves The Right To Reject Any Or All Bid Proposals At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s, Waive Any Formality In The Bid Requirements, Declare The Bidding A Failure, Or Award The Contract To The Bidder Whose Offer Is The Most Responsive, Lowest Calculated Bid And Most Advantageous To The Local Government Unit Of Palauig, Zambales. For Further Inquiry, You May Refer To: Daisy D. Bautista Head, Palauig Bac Secretariat 2nd Floor, Municipal Building Palauig, Zambales Cp No. 09094876435 By: Bids And Awards Committee – Infra (sgd.) Adrian Ariel C. Altares Oic-municipal Engineer Bac Chairperson
Closing Date4 Mar 2025
Tender AmountPHP 1.5 Million (USD 26.7 K)

Municipality Of Quezon, Nueva Vizcaya Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Item No. Description Quantity Unit A.1.1(3) Provision Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer (rental Basis) 1.00 Lot B.5 Project Billboard 1.00 Lot B.7(2) Occupational Safety And Health Program 1.00 Lot B.9 Mobilization/demobilization 1.00 Lot 804(1)b Embankment From Common Borrow By Equipment 1,800.00 Cu.m. 900(1) Structural Concrete For Footing Tie Beam, Column, Suspended Slab, Girder/beam (class A, 28 Days) 1.00 Lot 900(1)c2 Structural Concrete For Footing And Slab On Fill (class A,28 Days) 25.00 Cu.m. 902(1) Reinforcing Steel Of Reinforced Concrete Structures For Two Up To Five Storey 36.00 Cu.m. 903(2) Formworks And Falseworks 6,944.00 Kg 1001(6) Catch Basin (concrete/chb) 245.00 Sq.m. 1001(8) Sewer Line Works 5.00 Ea 1001(11) Septic Vault 1.00 Lumpsum 1003(1)e Hardiflex On Metal Frame Ceiling 1.00 Units 1003(2) Structural Concrete For Footing Tie Beam, Column, Suspended Slab, Girder/beam (class A, 28 Days) 242.00 Sq.m. 1007 Aluminum Glass Door 50.00 Sq.m. 1008 Aluminum Glass Window 21.00 Sq.m 1010(2)b Wooden Panel Door 42.00 Sq.m 1013(2) Fabricated Metal Roofing Accesory 14.50 Sq.m 1014 Prepainted Rib Type Metal Sheets 65.00 M 1018(1) Glazed Tiles And Trims 263.00 Sq.m. 1027(1) Cement Plaster Finish 305.00 Sq.m. 1032(1)a Painting Works (masonry Painting) 382.00 Sq.m. 1032(1)c Painting Works (metal Painting) 157.00 Sq.m. 1046 100 Mm Chb Non Load Bearing (including Rsb) 374.00 Sq.m. 1046(2) 150 Mm Chb Non Load Bearing (including Rsb) 184.00 Sq.m. 1047(2)a Structural Roof Framing 123.00 Sq.m. 1047(2)c Structural Steel Purlins 6,109.00 Kg 1047(3)a Strutctural Steel Accessories (anchor Bolts) 1,408.00 Kg 1047(3)b Metal Structure Accessories (sag Rod) 96.00 Pc 1047(3)c Structural Steel Accessories (turn Buckle) 23.00 Pc 1047(3)d Structural Steel Accessories (crossbracing) 22.00 Pc 1047(5) Structural Steel Accessories (steel Plates) 44.00 Pc 1100 Junction/utility/pull/square Box 1,065.00 Kg 1100(6)a 20mmø-32mmø Polyvinyl Chloride (pvc) Pipes 245.00 Pc 1100(6)b 90mmø Polyvinyl Chloride (pvc) Pipes 100.00 Pc 1101(2)a 1.6mm² - 5.5mm² Electric Wire (tw/thhn/twhn²) 105.00 Ln.m 1101(2)d 150mm² - 250mm² Electric Wire (tw/thhn/twhn²) 3,300.00 Ln.m 1101(4) Switches 200.00 Ln.m 1101(15) Convenience Outlet 19.00 Set 1102(1) Panelboard With Main & Branch Circuit Breakers 55.00 Set 1103(5) Lighting Fixtures 1.00 Lot 1200 Exhaust Fan/ceiling Fan 112.00 Set 1200(a) Airconditioning System 3.00 Set Spl1 Electrical Duct With Electric Post 4.00 Set Equipment Needed (minimum): Cutting Outfit 1 Unit Welding Machine 1 Unit Truck Mounted Crane (20-25 Mt) 1 Unit Bar Cutter 1 Unit One Bagger Concrete Mixer 1 Unit Bar Bender 1 Unit Backhoe( 0.80cu.m.) 1 Unit Plate Compactor 1 Unit Plate Compactor 1 Unit Concrete Vibrator 1 Unit Dump Truck (10 Cu.m.) 1 Unit
Closing Date30 Jan 2025
Tender AmountPHP 8.3 Million (USD 141.7 K)

Oriental Mindoro Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For Rehabilitation Of Senior Citizen’s Building At Santiago, Naujan, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 20% Df 2025 Intends To Apply The Sum Of Seven Hundred Ninety Nine Thousand Eight Hundred Pesos And 97/100 (php 499,438.30) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “rehabilitation Of Senior Citizen’s Building At Santiago, Naujan, Oriental Mindoro (ib No. Cw-2025-131)”. 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 23 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) 803(1)a 900 (7) 903(2) 1046 (2) A1 1004(2) 1010(2)a 1003(1)a1 1027 (1) 1032(1)a 1032(1)b 1032 (1) C 1013(2)a2,1013(2) B1 1014(1)b2 1047(1) 1001(9) 1100(10), 1101(33), 1103(1) Project Billboard/sign Board Removal Of Structures And Obstruction Structure Excavation (common Soil) Reinforced Concrete Formworks And Falseworks 100mm Chb Non-load Bearing (including Reinforcing Steel) Finishing Hardwares Flush Doors Ceiling, 4.5mm Thk. Fiber Cement Board On Metal Frame Cement Plaster Finish Painting Works (masonry/concrete) Painting Works, Wood Painting Works, Steel Fabricated Metal Roofing Accessory Prepainted Metal Sheets, Long Span, Above 0.427mm, Rib Type Structural Steel, Storm Drainage And Downspout Conduits, Boxes & Fittings (conduit Works/conduit Rough In), Wires & Wiring Devices, Lighting Fixtures And Lamps 1.00 Ea 1.00 I.s. 1.44 M3 2.39 M3 38.72 M2 27.82 M2 1.00 L.s 1.68 M2 54.49 M2 31.72 M2 54.49 M2 3.36 M2 124.20 M2 45.50 M 63.00 M2 1.00 I.s. 1.00 L.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 February 24, 2025 To March 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 Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before March 03, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On March 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. 9. 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. 10. 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 24, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date3 Mar 2025
Tender AmountPHP 499.4 K (USD 8.6 K)

U S COAST GUARD USA Tender

Machinery and Tools
United States
Details: Request For Quote #70z08525pseat0013 uscgc Healy - Crane Rescue Basket quote Due Nlt: 02/03/2025, 1 Pm Pst psc: 4240 - Safety And Rescue Equipment naics Code: 332312 - Fabricated Structural Metal Manufacturing this Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far Part 12 - Acquisition Of Commercial Products And Commercial Services | Acquisition.gov And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. request For Quote Number In Header Applies And Is Used As The Solicitation Number. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2005-87, Effective, 7 March 2016. it Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, (vendor Must Have An Active Registration In Sam.gov Prior To Award) Which If Timely Received, Shall Be Considered By This Agency. payments Are Net 30 And Will Be Made In Accordance With The Far 52.232-25 Prompt Payment Clause 52.232-25 Prompt Payment. | Acquisition.gov. all Acquisitions Expected To Exceed $10k Can Also Be Found On Sam.gov Under The Same Solicitation/rfq Listed In The Header. the U.s. Coast Guard Cutter Healy (wabg 20) Intends To Award A Firm Fixed Price Purchase Order. the United States Coast Guard Cutter Healy (wabg 20) Has A Requirement For The Following Items: scope Of Work.crane Rescue Basket (qty:1), As Per The Requirements Below. background: Uscgc Healy Requires A Crane Rescue Basket To Transport Personnel During Ice Rescues, Using Their Installed Cranes. crane Rescue Basket (qty:1) Needed Specs: 1500lb Or Less 4-person Suspended Personnel Platform That Can Be Hoisted By A Crane it Will Need A Detachable Test Weight For A 4 Person Platform (roughly 1875lbs) platform Frame Dimensions 96” Length X 48” Width X 42” Guardrail Height access Ramp On Side Opposite Of Gate With No Bar Over For Use With A Gurney Like Sled grating Floor full Perimeter Inner Grab Rail For Fall Arrest Anchorage sides Enclosed From Toeboard To Mid Rail welded Eyes For Tie-off On Front 96” Side At Mid Rail And Top Rail (8 Total) 4 10” U-hooks On Front Side Of Platform To Support Carrying Something Similar To Windows Or Miller Boards With Rubber Bumpers On Top Of Hooks To Protect Gear a 4 Legged Sling Assembly Of ½” 6x36 Iwrc Wire Rope With Safety Leg, Secure To A Master Link And Attached To Platform With Threaded Steel Safety Clevis Pins (with Pull Test Certificate) 10”x4” Fork Tubes With Pallet Jack Access, Security Chains And Pin System Opposite Side From U-hooks For Ease Of Storage Movement mast Guard To Top Rail Only powder Coat Finish In Red (test Weight System In Safety Yellow) data Plates, Certificate Of Compliance, 3-year Warranty, Safety Handbook, Training Video Access compliance With Osha 29cfr Part 1926.1431 (hoisting Personnel) contractor Will Ship Crane Rescue Basket To Uscgc Healy’s Address delivery Address:uscgc Healy, 1519 Alaskan Way South, Seattle, Wa 98134 unit Poc:bmc Julia Kinney Julia.r.kinney@uscg.mil interested Vendors Please Send Official Quote, With A Sam.gov Registered Duns Number, And Email invoicing In Ipp it Is Now A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov. all Invoices Must Contain The Following Information:cg Contract Number, Vendor’s Invoice Number, Vendor’s Uei, Uei & Tins Number, Cage Number, Po Item Number, Description Of Supplies Or Services, Unit Prices And Extended Totals.shipping Costs Will Be Indicated As A Separate Line Item On The Invoice (if Applicable).shipping Cost $100 Or More Must Be Accompanied By A Separate Freight Invoice When Submitting An Invoice(s) For Payment (if Applicable). to Submit An Invoice, Vendor Must Have Access To Www.ipp.gov. Additionally, A Copy Of The Invoice Must Also Be Sent To The Po Issuing Office At: Kevin.j.nelson@uscg.mil .
Closing Date3 Feb 2025
Tender AmountRefer Documents 

Department Of Tourism Tender

Others
Philippines
Details: Description I. Objectives The Department Of Tourism Aims In Hosting The Golfasian Philippine Golf Invitational, An Inaugural International Tournament, Center On Achieving Several Key Objectives: ▪ Showcase The Philippines’ Golf And Cultural Offerings: Highlight The World-class Golf Courses In Clark, Pampanga, And Tarlac, Alongside The Philippines' Rich Cultural Heritage, To Establish The Country As A Premier Destination For International Golf Tourism. ▪ Attract Global Golf Enthusiasts To The Host Region: Bring In Golfers And Spectators From Across The Globe To The Host Region, Clark And Tarlac, Boosting Local Tourism Revenue And Promoting The Department Of Tourism’s Initiatives For Sustainable Golf Tourism. ▪ Promote Cultural Exchange And International Relations: Facilitate Interactions Among International Participants, Fostering Cultural Exchange And Strengthening The Philippines' Ties With Global Golfing Communities. ▪ Foster Economic Benefits For The Host Region: Drive Economic Benefits To The Host Region By Increasing Demand For Local Accommodations, Transportation, Dining, And Tourism Services, While Promoting Golf Tourism As A Sustainable Growth Sector. Ii. Minimum Requirements For Supplier: A. Must Be A Professional Full-service Events Management Company For The At Least One (1) Year Specializing In Conceptualizing, Producing, Organizing, Staging A National/ Local Level Full Packaged Corporate Event Physically; B. Must Be Accredited With The Philippine Government Electronic Procurement System (philgeps); C. Must Have Handled At Least Fifteen (15) Local And/or International Golf Events For The Last One (1) Year; D. Must Have Capability To Design, Fabricate, And Install Decorations And Design Elements For The Stage And Venue; And E. Must Be Willing To Provide Services On A Send Bill Arrangement. Iii. Scope Of Work Deliverables Components: A. Overall Event Management And Manpower Support:  Event Planning, Design, And Production;  Planning And Set-up During The Welcome Dinner And Gala Dinner/awards Night;  Must Submit Stage/venue Set-up;  Scouting, Organizing Facilities And Managing All Event Details Including But Not Limited To Décor/ Physical Arrangements/ Lights And Sounds, Equipment, Host Program, And Printing Of Collaterals;  Printing Of Pull-up Banners, Featuring Different Golf Courses;  Arrangement/ Coordination Of Flow Activities From Ingress To Egress;  Must Submit A Visual Representation Of The Event's Theme For Welcome Dinner And Fellowship & Awards Night Within Two (2) Working Days Of Receiving The Notice Of Award;  Coordination With All Suppliers And Venues;  Coordination With The Dot Golf Tourism Staff For Details And Requirements Of The Event;  Inclusive Of Miscellaneous Expenses For The Entire Team, Including Transportation And Meals, If Applicable.  Must Secure Complimentary Parking Passes From The Venue;  Final Technical Rehearsals Before The Event With The Event Organizer And Dot Representative;  Attend Preparation And Post-event Meetings;  Team Of Professionals For Creative, Technical, And Production Staffing: - 1 Event Coordinator - 1 Content Manager - 1 Creative Director - 1 Event Director/ Show Director - 1 Technical Director - 1 Script Writer - 1 Set Designer/ Production Designer - 1 Stage Manager - 1 Technical Crew B. Onsite Event Proper: ✔ Technical Requirements: Provision Of The Following Event Requirements And/or Coordination With The Venue, And Its Technical Team For The Setup, Installation, And Execution Of All Physical And Technical Requirements Which Shall Include But Not Be Limited To The Following:  Microphones (goose And Wireless)  Amplifiers And Monitors  2 Laptops (mac And Windows) With Appropriate Connectors  Appropriate Audio Cables And Video Adapters (vga, Hdmi, Etc.)  ✔ Talent Management: Corporate Host Or Master Of Ceremonies To Ensure A Seamless, Dynamic, Vibrant, And Interactive Program During The Welcome Dinner, Ceremonial Tee-off, Fellowship Night And Gala Dinner Iv. Budget The Total Budget Is Six Hundred Forty-nine Thousand And Six Hundred Pesos Pesos (₱ 649,600.00), Inclusive Of Applicable Taxes And Should Cover All Requirements Enumerated Above. The Winning Bidder Shall Be Determined Based On The Proposal With The Most Advantageous Financial Package Cost, Provided That The Amount Of The Bid Does Not Exceed The Above Total Budget. V. Payment Terms Terms Of Payment To The Winning Bidder Shall Be In Accordance With The Government Procedure (send Bill Arrangement). Vi. Contact Information Ms. Claudette Ann Palomar / Lea Jane L. Maputi Product Development Of Golf Tourism And Special Projects Mobile No.: +639 469 282 817/ +639 619 844 325 Phone No.: +632 8459 5200 To 5230 Loc 428 Email Address: Pdgtsp@tourism.gov.ph Prepared By: Claudette Ann T. Palomar Too I And Project Officer Approved By: Lyle Fernando H. Uy, Mba Director, Office Of Product Development Of Golf Tourism And Special Projects
Closing Date10 Feb 2025
Tender AmountPHP 649.6 K (USD 11.1 K)

Department Of Education Division Of Negros Occidental Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Education Region Vi – Western Visayas Schools Division Of Negros Occidental _________________________________________________________________________________ Bids And Awards Committee Invitation To Bid (ib) The Deped-division Of Negros Occidental Through Its Bids And Awards Committee, Invites Possible Contractors For The Supply And Delivery Of Proposed Repair And Rehabilitation Of Classrooms (2cl) Bagong Lipunan School Building – Savings At Valladolid Elementary School, Poblacion, Valladolid, Negros Occidental. With Approved Budget For The Contract (abc) Of One Million Two Hundred Seventy-seven Thousand Nine Hundred Forty-six Pesos And Thirty-one Centavos Only (php 1,277,946.31). Quantity Unit Job Description Stock No. Estimated Estimated Unit Cost Cost 1 Lot Proposed Repair And Rehabilitation Of Classrooms (2cl) Bagong Lipunan School Building - Savings At Valladolid Elementary School, Poblacion, Valladolid, Negros Occidental ₱1,277,946.31 (for Straight Contract - Labor, Materials, And Equipment) Scope Of Work: Mansonry Works Fabricated Materials And Hardware Steel Works Roofing Works Ceilng And Carpentry Works Electrical Works Painting Works *see Attached Program Of Works ***** Nothing Follows***** Total Abc: ₱1,277,946.31 1. The Deped-division Of Negros Occidental Invites Bid On Of Proposed Repair And Rehabilitation Of Classrooms (2cl) Bagong Lipunan School Building – Savings At Valladolid Elementary School, Poblacion, Valladolid, Negros Occidental. 2. Completion Of The Works Required Is Ninety (90) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, 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 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 The Bac Secretariat, Lrmds Building Of The Procuring Entity And Inspect The Bidding Documents At The Address Given Below From 8:30 In The Morning To 5:00 In The Afternoon Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 18, 2025 (tuesday) From The Bac Secretariat In The Amount Of Five Thousand Pesos (php 5,000.00) For Abc Less Than Five Million Pesos (php 5,000,000.00), Ten Thousand Pesos (php 10,000.00) For Abc More Than Five Million (php 5, 000,000.00) And Twenty-five Thousand Pesos (php 25, 000.00) For Abc More Than Ten Million (php 10, 000,000.00). 6. The Deped-division Of Negros Occidental Will Hold A Pre-bid Conference On February 17, 2025 ( Monday), 10:00 Am At Lrmds Building, Deped-division Of Negros Occidental Compound, Cottage Road, Bacolod City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 9:00 Am Of March 3, 2025 (monday) At Lrmds Building, Deped-division Of Negros Occidental Compound, Cottage Road, Bacolod 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. Bid Opening Shall Be On Of March 3, 2025 (monday) At 10:00 Am At Lrmds Building Deped-division Of Negros Occidental Compound, Cottage Road, Bacolod City. 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. All Bidders’ Representative Shall Present To The Bac Its Authority From Their Respective Company. 9. The Deped-division Of Negros Occidental 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. 10. For Further Information, Please Refer To: Lea Pauline C. Senarosa Project Development Officer I Bac-secretariat Chairperson Deped-division Of Negros Occidental Julito L. Felicano Bac - Chairman Deped-division Of Negros Occidental
Closing Date3 Mar 2025
Tender AmountPHP 1.2 Million (USD 22 K)

MUNICIPALITY OF PARANAS Tender

Machinery and Tools
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Apply For Eligibility And To Bid No. Par G-2024-06 The Municipal Government Of Paranas, Samar Through Its Bid And Award Committee (bac), Invites Registered Suppliers To Apply For Eligibility And If Found Eligible To Bid For The Supply And Delivery Of The Items Listed Below: Procurement Of Supply, Delivery, And Installation Of Water Refilling Station Approved Budget For Contract (abc): Php 336,892.00 Delivery Schedule: 60 Calendar Days Item Quantity Unit Cost Total Cost 300 Ml Pet Bottle 600 Pcs Cap Seal 1 Pack Sticker Label 1 Pack 5-gallon Water Container 150 Pcs Heat Gun, 220v 1 Unit G-1 Pipes 2x2x20" 5 Pcs G-1 Coupling 2x2x2" 5 Pcs G-1 Pipes 1x1x20" 5 Pcs Ejector Pump 1 Unit 10x54" Multi-media Carbon Filter (back Washable) 1 Unit High Capacity, Heavy Duty 10" Housing With Micro Lab Grade Sediment Filter 1 Unit 10x52" Multi-media Filter (back Washable) 1 Unit 10x54" Water Softener (auto Backwash) 1 Unit Brine Tank 1 Set Choice Of Vontron Membrane 2 Units Stainless Steel Membrane Vessel 4x40 2 Units Ihp Heavy Duty Carbonator Motor Continues Duty 1 Unit 0-5 Flow Meter 2 Units Liquid Filled Pressure Gauges 1 Unit Stainless Steel Ro Mounting Frame W/ Control Panel 1 Unit Automatic Pressure Switch Control 2 Unit Stainless Steel Pressure Control 1 Unit Stainless Needle Valve 1 Unit High Capacity, Heave Duty 20" Housing Duty 20" With (10 And 15 Micron) Lab Grade Sediment Filter 6 Unit 20" Slim Housing W/1 Cto Carbon Block Filter 1 Unit 20" Slim Housing 2/5 And 1 Micro Sediment 2 Pcs 20" Slim Housing W/ Polishing Filter 1 Unit 6 Gpm Ultraviolet Sterilizer (1 Set) 1 Set Stainless Bal Valves/filling Spouts 2 Pcs S/s Motor Pump (1hp) 1 Unit Stainless Steel 750 Liters Tank (raw Water) 1 Unit Stainless Steel 750 Liters Tank (purified Water) 1 Unit Fabricated Motorcycle Body (sidecar) 1 Unit Insurance 47 Head Total Inclusion: Water Source Geoscan Delivered On Site We Will Only Accept An Offered Price That Is Fixed And Is Not Subject To Any Adjustment. Bid Shall Be Valid For A Period Of Sixty (60) Days From The Date Of Submission. Bidding Documents May Be Obtained From The Municipal Treasurer In The Municipal Hall After Payment Of A Non-refundable Fee In The Amount Of Five Hundred Pesos Only (php 500.00). The Bid Shall Include The Following Documents: • Form Of Bid (using Prescribed Form) • Bid Securing Declaration, Or Any Form Of Bid Security, Amount And Validity Period; Only The Followings Are Acceptable: (i) Cash, Certified Check, Cashier’s Check, Bank Draft Or Irrevocable Letter Of Credit – (2.0% Of Bid Price) (ii) Bank Guarantee – (2.0% Of Bid Price) (iii) Surety Bond – (5.0% Of Bid Price) • Dti Business Name Registration Or Sec Registration Certificate • Philgeps Registration • Mayors Permit • Tax Clearance • Statement Of All Ongoing Government And Private Contracts • Statement Of Slcc • Nfcc Computation Or Committed Line Of Credit • Technical Specifications Of The Goods Being Offered (brochures/manual To Be Attached) • Omnibus Sworn Statement In Accordance With Section 25.3 Of This Irr • Audited Financial Statements, Showing, Among Others, The Consultant’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. • Warranty Certificate The Schedule Of Bac Activities Are As Follows: Bac Activities Schedule/ Time Location A. Posting/ Advertisement Of Itb February 15, 2025 B. Issuance Of Bidding Documents February 15, 2025 C. Submission/ Dropping Of Bids/ Opening Of Bids February 24, 2025, 10:00 Am, New Conference Room, Municipal Hall, Municipal Government Center Interested Bidders May Submit Letter Of Intent Address To The Chairman, Bids And Awards Committee, Municipal Government Of Paranas, Samar. The Municipal Government Of Paranas, Samar 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. (sgd.) Engr. Alex O. Calinao Bac Chairman
Closing Date24 Feb 2025
Tender AmountPHP 336.8 K (USD 5.8 K)

DEPT OF THE ARMY USA Tender

Others
United States
Details: The U.s. Army Corps Of Engineers (usace), Portland District (nwp) Intends To Negotiate And Award An Out-of-scope Modification On Contract W9127n24p0050 With Biomark To Perform Nonroutine Maintenance And Repair Of An Existing Passive Integrated Transponder (pit) Interrogation System On Lebanon Dam, Oregon. The Contract Meets The Requirements Under The Biological Opinion (biop) On The Continued Operation And Maintenance Of The Willamette River Basin Project Under The Endangered Species Act (esa), And Court Injunction Case 3:18-cv-00437-hz By The U.s. Army Corps Of Engineers (usace), Portland District (nwp). the Period Of Performance For The Modification Clin Begins 15 February 2025 To 15 April 2025. pit Interrogation System Capabilities Include Pit Antennas That Are Installed On Structures And Span Large Main Stem River Channels The Pit Interrogation System And Related Equipment Was Custom-built By Biomark To Meet The Unique Challenges Of This Study Area And Is Not Commercially Available. biomark Will Conduct Nonroutine System Analyzation And Troubleshooting To Isolate And Provide Solutions For System Interference (“noise”) That Is Theorized To Be A Result Of Mechanical Activity Near The Installed System. Additionally, Biomark May Perform Nonroutine Maintenance And Repair Of The Pit Interrogation System Installed At Lebanon Dam To Include Supplying And Installing Proprietary Parts. data Consistency And Continuity Are Critical For Fish Passage And Survival Research On Long-term Population Trends In The Basin. Additionally, The Court Injunction Case Under The Endangered Species Act (esa), And Court Injunction Case 3:18-cv-00437-hz Requires The Continued Operation Of The Pit Interrogation System. Any Gaps Or Shift In Data Collection Protocols Would Preclude The Comparison Of Data From Year To Year. This Would Result In Many Small Datasets Rather Than One Continuous Dataset And Usace Would Be Out Of Compliance With The Court Injunction. The Government Has Determined This Contract To Be Of Critical Importance To The Continued Monitoring And Studies As Required By The Court Injunction. all Service And Supplies Must Be Compatible In All Aspects (form, Fit, And Function) With Existing Pit Interrogation System Presently Installed At Lebanon Dam. The Current System Is Designed, Fabricated, Installed, And Monitored By Biomark. Maintenance Or Repair Must Use Biomark’s Products And Expertise As They Are A Full-service Vendor Who’s Detection Antennas Are Unique And Their Designs Proprietary. Given The System Elements Are Proprietary, Maintenance Services Of The Above Instruments Performed By Third Parties Will Void All Warranties, Only The Original Manufacturer Can Meet This Requirement. no Other Contractor Can Provide The Services Biomark Currently Provides To Ensure Data Consistency And Continuity Of Services And Meeting The Court Injunction Requirements. currently, A Solicitation Does Not Exist. this Notice Is Not A Request For Competitive Proposals Or Quotations. interested Concerns Must Show Clear And Convincing Evidence That Competition Of This Requirement Would Be Advantageous To The Government By Submitting A Capability Statement Demonstrating Ability To Conduct The Work. If No Affirmative Written Responses Are Received By 10:00 A.m. Pacific Time On 05 February 2025 An Award Will Be Made Without Further Notice. Oral Communications Are Not Acceptable In Response To This Notice. A Determination By The Government Not To Compete This Proposed Requirement Is Solely Within The Discretion Of The Government. Electronic Responses And Questions Shall Be Submitted Via Email To The Contracting Point Of Contact Listed Below. The U.s. Army Corps Of Engineers Is Not Responsible For Any Costs Incurred By Responding To This Notice. *no Phone Inquiries, Please. capability Statement Submission Requirements 1. Point Of Contact Name, Email Address And Phone Number, Cage Code And Unique Entity Id (uei) Number (if Available). 2. If The Organization Is A Small Business, Please State The Category Of Small Business, Such As 8(a), Hubzone (historically Underutilized Business Zone), Sdvosb/vosb (service-disabled Veteran-owned Small Business/veteran-owned Small Business, Wosb (women-owned Small Business). 3. Statement Of Capabilities Detailing The Interested Party’s years Of Experience And Brief Description Reviewing And Downloading Pit Tag Data From Biomark Is1001 Pit Interrogation Systems And Uploading The Data To The Ptagis Website (https://www.ptagis.org). years Of Experience And Brief Description Operating, Maintaining, Tuning, And Optimizing Biomark Is1001 Pit Interrogation Systems. site Safety And Health Officer That Meets The Requirements Of The Em 385-1-1. send Responses By Email, Labeled As “w9127n24p0050 P00003 – Lebanon Dam Pit Interrogation System Maintenance” In The Subject Line To The Following: antwain.r.burks@usace.army.mil And Justin.f.figueredo@usace.army.mil
Closing Date5 Feb 2025
Tender AmountUSD 140.2 K 
This is an estimated amount, exact amount may vary.

Municipality Of La Trinidad, Benguet Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For The Improvement Of Daycare Center (upper Banig) 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 Ninety-one And 55/100 Pesos (php499,991.55) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Daycare Center (upper Banig) (pow-8751-2025-twg-02). 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-8751-2025-twg-02 Name Of Project: Improvement Of Daycare Center (upper Banig) Project Location: Tawang, La Trinidad, Benguet Contract Duration: 33 Calendar Days Source Of Fund: General Fund 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 Excavation Works Spl.2 Materials’ Manual Hauling Spl.3 Steel Matting Fence (fabricated) Spl.4 Embankment 404 Reinforcing Steel Bar, Grade 40 405 Structural Concrete Class A 505(5) Grouted Riprap Class A 1006 Steel Door Equipment Requirement: 1 Unit Bar Cutter 1 Unit Bar Bender 1 Unit Cargo Truck (10t, 270hp) 1 Unit One Bagger Mixer 1 Unit Welding Machine 1 Unit Water Truck (1000 Gal) 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 February 25 – March 5, 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 March 5, 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 March 5, 2025 At 10:00am At The 2nd Floor Municipal Disaster Risk Reduction Office, Km. 5 Pico, La Trinidad, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of La Trinidad, Benguet Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Corazon A. Uyaan Head Bac Secretariat Bids And Awards Committee Office Municipal General Services Office-extension 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet Contact Nos.: 0969 – 334 – 9233 Or (074) 619-2103 E-mail Address: Bac01latrinidad@yahoo.com Approved: (sgd) Yoshio P. Labi Bac Chairperson Noted: (sgd) Romeo K. Salda Head Of The Procuring Entity
Closing Date5 Mar 2025
Tender AmountPHP 499.9 K (USD 8.6 K)

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00383|tbd|tbd|tbd|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (jan 2023)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| limitation Of Liability--high-value Items (feb 1997)|1|| limitations On Pass-through Charges (jun 2020)|1|| 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|336413|1250||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| proposal Date Is Updated To 7 March 2025. \ the Purpose Of This Amendment Is To Incorporate The Following Change: 1. The Quantity Is Increased By Qty 5 To Qty 7. \ this Solicitation Will Be Using Competitive Procedures. This Requirement Will Be Limited To Government Government Approved Sources. Submission Of An Offer Indicates Acceptance Of, And Compliance With, The Requirement To Be An Approved Source For This Item. the Basis Of Award Will Be Trade-off. Offers Will Be Evaluated Based On The Non-price Factors Of Capacity, Delivery, And Past Performance, And When Combined, Those Non-price Factors Being More Important Than Price. Proposal Submission Should Include Non-price factors And Price Information. Price Will Still Be A Factor In Determining The Awardee. relevant Past Performance Demonstrates The Offeror's Past Performance Manufacturing (or Repair) An Item Of The Same Or Similar Scope, Complexity And Magnitude Relative To The Instant Requirement. The Submission Of Past Performance Should Be Limited To Three relevant Contracts. the Closing Date For This Solicitation Is Listed On Page 1. the Proposal May Be E-mailed To The Below Address And Must Be Received On Or Before 2:00 Pm Est Of The Closing Date. offers Received After The Closing Date Are Considered To Be Late And Will Not Be Considered For Award. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, or Sent By Other Electronic Commerce Methods, Such As E-mail. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To Issue Contractual Documents As Detailed Herein. \ 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 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. 1.3 . The Contractor Shall Include On The Detailed Process/operation Sheets Developed, (1) All In House Manufacturing Processes And (2) The Identity Of All Manufacturing Sources Performing Processes/operations Outside Their Facility. These Sheets Shall Not Be revised Or Altered After The Successful Completion Of First Article Or Production Lot Testing Without Approval From The Basic Design Engineering Activity, Via The Pco. 1.4 . Unless Otherwise Specified, For Fabricated Parts, The Inspection method Sheets/ Final Inspection Sheets Shall List The Characteristics of Each Item Produced Under The Contract. the Manufacturer Shall Be Required To Provide Certifications Of All Raw material Including Castings And Forgings. The Material Source Shall Be identified And The Documentation Shall Be Able To Identify The Customer and/or Contract Number. The Manufacturer Shall Maintain All Raw Material documentation For A Minimum Of Ten (10) Years. the Contractor Is Responsible For Providing Completed Inspection Method Sheets/final Inspection Sheets Showing The Actual Dimensions Taken For all Characteristics,in Addition, Critical Characteristics Shall Be annotated. 1.5 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation: (a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval. (b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors. (c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents. (d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings, forgings, Etc. (e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics should Be Discernible From All Other Characteristics. the Above Requirements Are A Subset Of Requirements Specified In The Aso source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval brochure. the Contractor Shall Notify Navicp Code 072 When Material Required By This Contract Has Been Shipped To Destination.this Shall Be Accomplished By Sending a Copy Of The Dd Form 250, Material Inspection And Receiving Report To: naval Inventory Control Point attn: Code 072 700 Robbins Avenue, Phila., Pa 19111 or By Submitting A Facsimile To Fax: (215)697-2524, Attn: Code 072. 1.6 Sampling Rates (aqls) Indicated Below Shall Be Used In Accordance With ansi Z1.4 For Single Sampling And A General Inspection Level Of Ii. 1.7 In Addition To The 100% Pco Mandatory, Critical And Major Characteristics, attributes For Plating, Hardness And Non-destructive Testing Will Be Inspected one Hundred Percent. 1.8 Contractor Shall Develop A System For Identification Of Individual piece Parts For Traceability Purposes. Markings Shall Not Be Permanent. 1.9 An Aql Of 1.5 Will Be Used For Class 3 Threads And Dimensions, And geometric Feature Controls With A Tolerance Range Of .010 Or Less. 1.10 For Minor Characteristics, A Sampling Rate Determined By The Contractor and Subject To Qar Approval Will Be Used. 1.11 The Material Covered In This Contract/purchase Order Will Be Used In A crucial Shipboard System Enabling The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems Or Loss Of Aircraft. Therefore,the Material Has Been designated As Critical Material And Special Control Procedures Are Invoked to Ensure Receipt Of Correct Material. 1.12 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;nawc Lakehurst; Drawing Number ( ;34000d1532801; ) ;rev "c" ; , Revision ;applies; And All Details And Specifications Referenced Therein. 1.13 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. 1.14 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=mpr 1222 |80020| A| |d| | | | drawing Data=mpr 1223 |80020| C| |d| | | | 3. Requirements 1.unique Requirements: a.all Records Pertaining To Alre Csi/cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Technical Authority. All Records Shall Be Maintained By Lke Qa And By The Manufacturer For A Period Of Seven Years. 2. Interim Inspection Requirements: The Following Item(s) Requires An Interim Inspection At The Contractor's Location: a. P/n 34000d1532801, Aft Bogey Assembly (csi): i. Witness Of Torque Per Notes 2, 3, 4, And 5 Of Drawing 34000d1532801 (m101-m104). b. P/n 34000d1532802, Aft Bogey (csi): i. Verification Of Material Properties Per Note 3 Of Drawing 34000d1532802 (c101). ii. Witness Of Hardness Testing Per Note 3 Of Drawing 34000d1532802(c101). iii. Witness Of Ultrasonic Testing Per Note 3 Of Drawing 34000d1532802iv. Witness Of Penetrant Inspection Per Note 5 Of Drawing 34000d1532802 (m101). v. Witness Of Torque Per Note 8 Of Drawing 34000d1532802 (m102). vi. Witness Of Dimensional Inspection Per Drawing 34000d1532802 (c102-c106, M103-m105). c. P/n 34000d1532803; Wheel Assy, Horizontal, Aft (csi): i. Witness Of Torque Per Notes 4 And 5 Of Drawing 34000d1532803 (m101, M102). d. P/n 34000d1532804; Bracket, Horiz, Wheel, Aft (csi):i. Verification Of Material Properties Per Note 4 Of Drawing 34000d1532804 (c101). ii. Witness Of Hardness Testing Per Note 4 Of Drawing 34000d1532804 (c101). iii. Witness Of Ultrasonic Testing Per Note 4 Of Drawing 34000d1532804(c101)/ Iv. Witness Of Penetrant Inspection Per Note 9 Of Drawing 34000d1532804(m101). v. Witness Of Dimensional Inspection Per Drawing 34000d1532804 (c102). the Contractor Shall Assist On The Conduct Of The Interim Inspection(s) As Described Herein. The Contractor Shall Provide Adequate Facilities, Inspection Equipment, And Skilled Personnel, To Support The Nawcadlkenspector In The Conduct Of The Interim inspection(s). The Contractor Shall Provide Gauges, Tools, Fixtures, And Jigs Necessary To Perform The Inspections.the Contractor Shall Also Provide Sufficient Rigging/material Handling Services And Manpower To Setup/configure/operate Equipment& Machines Used to Accomplish The Inspection Task. This Contractorssist Requirement Shall Be Applicable To 100% Of The Production Quantitiesand As A Minimum, Include Inspection Of All (100%) Interim Inspectionrequirements Identified Above. 3. Alre Csi Parts Require Certification. When Certified, An Alre Part Is Marked With A Material Identification Code(mic). Nawcadlke Qa Will Provide The Mic To Dcma If The Component Is Source Accepted, And After Receipt Of All Aassociated Data. Application Of mic Shall Be In The Same Methodology As The Drawing Note For Part Marking, And In Same Area As Partmarking (next To, Above, Or Below). 4. Receipt Inspection And Certification Of Sub-components: a. P/ns 34000d1532802, 34000d1532803, And 34000d1532804 Shall Be Certified At The Time Of Interim Inspection. Parts Will Be Certified And Markedas Directed By Nawcadlke Prior To Assembly. Contractor Assist Andmarking As Specified Below Applies. 5. Receipt Inspection And Certification Of The Top Assembly: a. The Receipt Inspection And Certification Of The Top Assembly Shall Occur During The Final Inspection. Contractor Assist And Part Marking As Specified Below Applies. 6. Contractor Assist And Part Marking: a. The Contractor Shall Assist On The Conduct Of The Inspections (both Final And Interim) Required That Are Necessary To Certify The Critical Items 6. Contractor Assist And Part Marking: a. The Contractor Shall Assist On The Conduct Of The Inspections (both Finalnd Interim) Required That Are Necessary To Certify The Critical Items Specified Herein. The Contractor Shall Provide Adequate Facilities, Inspectionequipment, And Skilled Personnel, To support The Nawcadlke Inspectorin The Conduct Of The Interim Inspection(s). The Contractor Shall Provide Gauges, Tools, Fixtures, And Jigs Necessary To Perform The Inspections. The Contractor Shall Also Provide Sufficient Rigging/material Handlingservices And manpower To Setup/configure/operate Equipment & Machines Used To Accomplish The Inspection Task. This Contractor Assist Requirement Shall Be Applicable To 100% Of The Production Quantities. As Part Of The Mri Process, The Nawcadlke Qa Representative Will provide, In Writing, A Certification Number Along With Direction For Marking Thecritical Safety Items (csi). 4. Quality Assurance 4.1 Review Documentation As Provided Under Dd 1423 Requirements. 4.2 Critical Manufacturing Processes ( ;n/a; ) Heat Treat ( ;applies; ) Welding ( ;n/a; ) Cadmium Plating ( ;n/a; ) Engineering Chrome Plating ( ;n/a; ) Nickel Chrome Plating ( ;n/a; ) Casting(s) ( ;n/a; ) Forging(s) ( ;mpr 1222, Mpr 1223; ) Mpr (material Processing Requirements) 4.3 The Test To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below 4.3.1 Dimensional Test (special) ;close Machine Tolerances, Hardness Test; 4.3.2 Requirements Of: ;lke Drawing Package; 4.3.3 Form ;applies; 4.3.4 Fit ;n/a; 4.3.5 Function ;n/a; 4.3.6 Compliance With Drawing ( ;80020; ) ;34000d1532801; , Revision ;c; And Specifications Referenced Therein. 4.4 In Addition To The Above Tests, The First Article(s) To Be Inspected Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With The Contract Requirements 4.5 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Inspection 4.6 The Contractor Shall Notify The Pco, Aco, And Qar Fourteen (14) Days Prior To Conducting The First Article Test So That The Government May Witness Such Testing. 4.6.1 The Qar Shall Be Present To Witness All First Article Testing. 4.6.2 The Following Additional Personnel Shall Witness The First Article Testing: ;lonnie White Nawc Qa Rep At Fax (732) 323-4986; 4.7 Disposition Of Fat Samples 4.7.1 ; ; Sample(s) May Be Destroyed During Testing. 4.7.2 ;applies; Unless Otherwise Provided For In The Contract, Sample(s) Shall Remain At 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 Of 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. 4.8 Test Sample Coating Instructions 4.8.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative If Required. 4.9 Notice To Government Of Testing At The Contractors Facility. 4.9.1 Far 52.209-3 Applies (a) The Contractor Shall Present ;one; ; Unit(s) Of The Following Cage( ;80020; ; ), Part Number ;34000d1532801; ; , Revision ;c; ; As Specified In This Contract. At Least Fourteen (14) Calendar Days Before The Beginning Of The First Article Testing, The contractor Shall Notify The Contracting Officer, In Writing, Of The Time And Location Of The Testing So That The Government May Witness The Tests. (b) The Contractor Shall Submit The First Article Test Report Within 15 Calendar Days From The Date Of Testing To: ;pco; ; the Contractor Shall Mark The Report "first Article Test Report" And Cite The Contract Number And Lot/item Number. Review Documentation As Provided Under The Dd1423 Requirements. (c) Within 45 Calendar Days After The Government Inspects 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 Repeat Any Or All First Article Tests. After Each Request For Additional Tests, 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 Then Conduct The Tests And Deliver Another report To The Government Under The Terms And Conditions And Within The Time 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 Present 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, And If The Approved First Article Is Not Consumed Or Destroyed In Testing, The Contractor May Deliver The Approved First Article As Part Of The Contract Quantity If It Meets All Contract Requirements For acceptance. (g) If The Government Does Not Act Within The Time Specified In Paragraph (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) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Or, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocated To This Contract For 1) Progress Payments, Or 2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government. The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts, And Repair of The First Article During Any First Article Test. (i) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To The Effect With Each First Article. (j) The Test Report (2 Copies) Shall Be In Accordance With Mil-std-831, Unless Otherwise Specified On The Dd1423, And Shall Be Submitted Via The Cognizant Dcmc To Navsup, Attn: (cite Name And Code In Block 10.a Of The Sf33). The Dcmc Shall Provide Comments On form Dd1222 (2 Copies) Which Shall Be Forwarded With The Test Report. Approval Of The Test Report Is The Pco's Responsibility. Upon Notification Of Approval, Condition Approval, The Aco Shall Execute The Dd250 To Indicate Government Acceptance Of The Test report. 4.10 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, Navsup Wss 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:_________ 4.11 . Mandatory Inspection Requirements: 100% Procurement Contracting Officer (pco) Mandatory Inspection Is Required And Shall Be Accomplished At Source Under The Surveillance And Final Approval Of The Cognizant Dcmao Quality Assurance Representative (qar). during Production, Mandatory Inspection Is Required To Be Accomplished By The Contractor As Follows: A. Level Of Inspection (loi). 1. Critical Characteristics: 100% Inspection Shall Apply. 2. Major And Minor Characteristics: Loi Shall Be In Accordance With A Sampling Plan Acceptable To The Qar. B. Critical Characteristics: ;the Contractor Shall Accomplish 100% Inspection And/or Testing Of All Critical,and/or Requirements Identified In The Drawings, Drawing Notes, And Process And Results Shall Consist Of Actual Dimensions, Measurements, And Test Outcomes Andincluded In The first Article Test Report. certifications To Be On File For A Minimum Of Seven Years After Delivery Of Contract.; C. Major And Minor Characteristics 1. Shall Be Defined By The Contractor Subject To Qar Concurrence, Unless Defined On Applicable Drawings And Associated Specifications. 4.12 Special Inspection Requirements ( ;n/a; ) Magnetic Particle Inspection ( ;applies; ) Surface Inspection ( ;applies. Liquid; ) Penetrant Inspection ( ;n/a; ) Radiographic Inspection ( ;applies; ) Ultrsonic Inspection ( ;n/a; ) High Shock Test ( ;n/a; ) Mechanical Vibration Test 4.13 Final Inspection Requirement:due To The Critical Nature Of This Item, Representatives Of The Buying office/and The Cognizant Field Activity, Nawc Lakehurst, Shall Be Notified By The Successful Contractor At Least 14 Days Prior To Presentation To The Dcm Qar Of The Items For Final Inspection So That They May Have The Option Of witnessing The Final Inspection. The Contractor Shall Notify By Email Or telefax Pco And Nawc Lakehurst Qa ;lonnie White Nawc Qa Rep At Fax (732) 323-4986; To Arrange For The Final Inspection.the Authority Of The Qar Shall Not Be Abrogated. If The Notification Is Not Given To Both Sites Then The Qar Shall Not Accept The Units. quality Assurance Requirements 1. First Article Testing: the Contractor Shall Conduct First Article Testing On This Item Of Alre/se And Must Address All Elements Listed Below And Prepare A First Article Test Report Documenting The Outcome. Unless Otherwise Specified, The Report And Its Acceptance Shall Be Per The provisions Of The Applicable Contract Data Requirements List (cdrl). a. Requirements: i. First Article Quantity Is One (1); In Uncoated Condition. ii. The First Article Shall Be Available For Government Evaluation Per The Contract Schedule. The Evaluation Shall Be Conducted In The Presence Of The Government Personnel. Accordingly, The Contractor Shall Allow Time To Arrange For Nawc Participation In accordance With The "nawcadlke Inspection Witness Option"; iii. The Contractor Shall Provide Facilities And Personnel Sufficient To Conduct All Necessary Tests To Establish Conformance; iv. The Contractor Shall Have Available For Review All Certifications, Test Repin-process Inspection Documents Needed To Substantiate Product Quality; This Same Documentation Shall Also Be Included In The First Article Test Report; v. The Contractor Shall, At The Time Of First Article, Have Corrected Any Problareas Deemed Significant And Documented As Deficient By The Government Within His/her Quality Assurance System Not Previously Identified During Prior Evaluations And/or Surveys; Any problems Identified During The Conduct Of The Test Will Also Require Correction. b. Testing And Evaluation: i. The Contractor Shall Accomplish 100% Inspection And/or Testing Of All Critic Major, And Minor Dimensions And/or Requirements Identified In The Drawings, Drawing Notes, And Process And Fabrication Specifications. Results Shall Consist Of Actual Dimensions, measurements, And Test Outcomes And Shall Be Recorded And Included In The First Article Test Report. c. Acceptance/reject Criteria: i. Satisfactorily Meeting All Requirements Cited In Paragraph 7a And Satisfactorily Demonstrating 100% Conformance To The Test And Evaluation Elements Cited In Paragraph 7.b Shall Constitute Acceptance Of The First Article. ii. Failure To Meet Any Of The Conditions In Paragraph 7.a And 7.b Shall Be Cause For Rejection. d. Delivery: i. The Accepted First Article Exhibit May Be Delivered And Counted Along With The Contract Production Quantities Providing The Item Has Not Been Damaged During Testing, And Has Been Found To Be Conforming; ii. The Contractor Is Responsible For Preparing The First Article Test Report In Accordance With Cdrl's. /2. Production Lot Special Tests: N/a 3. For Purposes Of This Tdr, The Term Ndt Shall Refer To The Following Methods: Mt - Magnetic Particle Testing, Pt - Penetrant Inspection, Ut - Ultrasonic Testing, Rt - Radiographic Testing, And Vt - Visual Testing. 4. Companies Performing Ndt Shall Be Nadcap Accredited, Or A Laboratory Accredited By One Of The Organizations Listed Below As Satisfying Iso 17025 (general Requirements For The Competence Of Testing And Calibration Laboratories). Ndt Certificates Shall Be Bear the Symbols Of Accreditationand The Accreditation Body. a. American Association For Laboratory Accreditation (a2la) b. Ansi National Accreditation Board (anab) c. International Accreditation Service, Inc. (ias) d. National Voluntary Laboratory Accreditation Program (nvlap) e. Perry Johnson Laboratory Accreditation, Inc. (pjla) f. Canadian Association For Laboratory Accreditation Inc. (cala) g. Standards Council Of Canada (scc) 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable this Is A Alre Critical Safety Item. For Drawing Updates, See Attached Nawc Lke Drawing Update Sheet. navsup Reference Only: Procurement Tdr 23-10116a, the Components Being Acquired Under This Solicitation Have Been Classified As "critical" Requiring Engineering Source Approval By Naval Air Systems Command Only Those Companies Who Have Subm& Been Approved Will Be Eligible For Award Under This Solicitation Any company Submit A Source Approval Request As Outlined In This Solicitation. \ date Of First Submission=asreq 16. Remarks Inspection/certification Data Needed To Substantiate The Quality Of The First Article Test Unit Shall Be Included In First Article Unit Packaging. The Outside Of The Package That Contains The Data Shallbe Clearly Marked "inspection/certification Data included". data Requirements: a. Copies Of All Approved Requests For Variations. b. Torque Per Drawings 34000d1532801, 34000d1532802,34000d1532803. c. Material And Mill Certifications Per Specification, 34000s1580220nd Drawings 34000d1533125, 34000d1530225, 34000d1530216, 34000d1533117,34000d1532961, 34000d1532893, 34000d1532894, 34000d1532960,34000d1562962, 34000d1572525, 34000d1532802,34000d1532804. d. Ultrasonic Inspection Per Drawings 34000d1532804, 34000d1532802. e. Hardness Per Drawings 34000d1532802, 34000d1532804, 34000d1572525. f. Dimensional Inspection Per Drawings 34000d1532802, 34000d1533125,g. Identification Per Drawings 34000d1532802, 34000d1532803,34000d1532804, 34000d1533125, 34000d1530225, 34000d1530216,34000d1533117, 34000d1532961, 34000d1532893, 34000d1532894,34000d1532897, 34000d1532898, 34000d1532960, 34000d1562962,34000d1572525. h. Liquid Penetrant Inspection Per Drawings 34000d1532802,34000d1532804, 34000d1533125, 34000d1530225, 34000d1530216,34000d1533117, 34000d1530223, 34000d1530213. i. Welding Per Navsea S9074-ar-gib-010/278 Per Drawing34000d1530213, 34000d1530223. j. Visual Inspection Of Welds Per Drawing 34000d1562962. date Of First Submission=asreq data Requirements: a. Copies Of All Approved Requests For Variations. b. Torque Per Drawings 34000d1532801, 34000d1532802,4000d1532803. c. Material And Mill Certifications Per Specification, 34000s1580220and Drawings34000d1533125, 34000d1530225, 34000d1530216, 34000d1533117,34000d1532961, 34000d1532893, 34000d1532894, 34000d1532960,34000d1562962, 34000d1572525, 34000d1532802,34000d1532804. d. Ultrasonic Inspection Per Drawings 34000d1532804, 34000d1532802. e. Hardness Per Drawings 34000d1532802, 34000d1532804,34000d1572525. f. Dimensional Inspection Per Drawings 34000d1532802, 34000d1533125, 34000d1530225, 34000d1530216, 34000d1533117, 34000d1532961,34000d1532893, 34000d1532894, 34000d1532897, 34000d1532898,34000d1532960, 34000d1562962, 34000d1572525, 34000d1532804. g. Identification Per Drawings 34000d1532802, 34000d1532803,34000d1532804, 34000d1533125, 34000d1530225, 34000d1530216, 34000d1533117, 34000d1532961, 34000d1532893, 34000d1532894,34000d1532897, 34000d1532898, 34000d1532960, 34000d1562962,34000d1572525. h. Liquid Penetrant Inspection Per Drawings 34000d1532802,34000d1532804, 34000d1533125, 34000d1530225, 34000d1530216,34000d1533117, 34000d1530223, 34000d1530213. i. Welding Per Navsea S9074-ar-gib-010/278 Per Drawing34000d1530213, 34000d1530223. j. Visual Inspection Of Welds Per Drawing 34000d1562962. date Of First Submission=090 Dac the Welding Procedures Will Be Used By The Government To Verify Contractor Designated Welding Responsibilities Implement Weld Procedures For Each Cont Ractor, Subcontractor Or Welding Entity Performing Welding On Specific Work Specifications 16. Remarks (block 5) Data Requirements a. Weld Procedure Iaw Navsea S9074-ar-gib-010/278^ Para 4.2 Per Drawing 34000d1530213 And 34000d1530223. block 13) Date Of Subsequent Submmision: Approval Or Reason For Disapproval Shall Be Given By Navairwarcenacdivlke Via The P.c.o.nlt 45 Days After Disapproval. /(block 14) Addresses For Navair Codes/ navairwarcenacdivlke code Bl14000 Bldg 596 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000/ navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac the Welding Procedures Will Be Used By The Government To Verify Contractor Designated Welding Responsibilities Implement Weld Procedures For Each Cont Ractor, Subcontractor Or Welding Entity Performing Welding On Specific Work Specifications 16. Remarks (block 5 ) Data Requirements a.the Weld Procedure Qualification Test Report, Including All Supporting Test R And Documentation, Iaw Navsea S9074-aq-gib-010/248^ Para 4.2.3 And 4.6 Drawing34000d1530213 And 34000d1530223. (block 13) Date Of Subsequent Submmision: Approval Or Reason For Disapproval Shall Be Given By Navairwarcenacdivlke Via The P.c.o. Nlt 45 Days After Disapproval. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl14000 Bldg 596 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000/ navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=asreq date Of Subsequent Submission=asreq 16. Remarks (block 5) Contract Reference a. Evidence Of Welder Performance Qualification, Including Supporting Test Resudocumentation, Iaw Navsea S9074-aq-gib-010/248^ Para 5.2 Per Drawing 34000d1530213 And 34000d1530223. (block 12) Date Of First Submission - 30 Days Prior To Production. (block 13) Provide Qualification Evidence For All Welders. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac 16. Remarks (block 5) Contract Reference a.evidence Of Level Iii Certification Iaw T9074-as-gib-010/271^ Para 1.6 For The Individual Who Approved The Welders Qualification Training Program Iaw Navseas9074-aq-gib-010/248 Para 5.2.3.1, Per Drawing 34000d1530213 And 34000d1530223. (block 14) Addresses For Navair Codes navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac 16. Remarks (block 5) Contract Reference a. Visual Inspection Written Procedure To Be Used To Visually Inspect All Weldst9074-as-gib-010/271^ Para 8.3 And 1.7 Thru 1.7.3 Per Drawing 34000d1530213and 34000d1530223. (block 14) Addresses For Navair Codes navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac 16. Remarks (block 5) Contract Reference a. Evidence Of Approval Of The Welder Qualification Training Program Iaw Navseas9074-aq-gib-010/248^ Para 5.2.3.1(d), Per Drawing 34000d1530213 And 34000d1530223. (block 14) Addresses For Navair Codes navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac 16. Remarks (block 5) Contract Reference b. Evidence Of Maintenance Of Qualification For All Welders Iaw Navsea S9074-aq010/248^ Para 5.2.11 And 5.2.12 Per Drawing 34000d1530213 And 34000d1530223. (block 14) Addresses For Navair Codes navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000
Closing Date7 Mar 2025
Tender AmountRefer Documents 
5521-5530 of 5723 archived Tenders