Garden Tenders
Garden Tenders
Municipality Of San Isidro, Surigao Del Norte Tender
Others
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 243.3 K (USD 4.1 K)
Details: Description Republic Of The Philippines Province Of Surigao Del Norte Municipality Of San Isidro San Isidro, Surigao Del Norte Section I. Invitation To Bid Procurement Of Goods For 1st Quarter Common Supplies For Offices 1. The Municipal Local Government Unit Of San Isidro, Through 2. The Municipal Bids And Awards Committee Now Invites Bids For The Procurement Of Goods For 1st Quarter Common Supplies, Source Of Fund From General Fund To Apply The Sum Of Two Hundred Forty Three Thousand Three Hundred Seventy One & 12/100 (php243,371.12) Being The Approved Budget For The Contract(abc) To Payments Under The Contract For The “procurement Of Goods For 1st Quarter Common Supplies”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 3. Prospective Bidders Should Have Experience In Undertaking Similar Projects Within Two (2) Years From The Deadline Of Submission And Receipt Of Bids. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii, Instruction To Bidders. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “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”. 5. Interested Bidders May Obtain Further Information From The Municipal Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 9:00 A.m. To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 24, 2025 To January 31, 2025 From The Address Below And Upon Payment Of A Non- Refundable Fee In The Amount Of Five Hundred Pesos (p500.00). 7. Bids Must Be Delivered To The Address Below On Or Before February 3, 2025 At 1:30 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18 And Bid Security Declaration. 8. Bid Opening Shall Also Be Held On February 3, 2025 At 2:00 Pm At Conference Room, Municipal Hall, San Isidro, Surigao Del Norte. Bids Will Be Opened In The Presence Of The Bidders’ Or Their Authorized Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. The Municipal Local Government Of San Isidro Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Lgu-bac Secretariat Mrs. Gina B. Consigna Cell Number;09171078715 (sgd) Ismael L. Macalos, Jr. Bac-chairperson Cell Number: 09128053100/09177004958 Unit Description Qty Pcs 10 Liters Orocan Pail 1 Ream A3 Bond Paper 1 A4 ,joy Plastic Cover,thick 2 Bot Air Freshener,aerosol Type 8 Pcs Albatross 5 Bot Alcohol, 70% Isoprophyl 42 Gal. Alcohol Ethyl 2 Pcs Ballpen Black 290 Pcs Ballpen Blue 142 Box Binder Clip,1inch 2 Box Binder Clips,(2'') 1 Bdle Binding Ring/com.plastic,12mm 2 Bdle Binding Ring/com.plastic,14mm 2 Ream Bond Paper A4 Multi Copy 139 Ream Bond Paper Legal Multi Copy 82 Ream Bond Paper Short 5 Pcs Boots 25 Pcs Bromm Stick,ting2x 3 Pc Broom Soft Tamboo 12 Pcs Calculator 12 Digits 7 Pcs Calculator,compact 4 Pcs Calculator,scientific 1 Pcs Car Freshener 4 Pack Cartolina,assorted Color 1 Pcs Cleaner,toilet And Urinal 1 Pc Clear Book,legal 5 Box Clip Backfold,25mm 12 Box Clip,backfold,50mm 2 Box Coin Envelope (8 1/2) 2 Pcs Columnar Book (4 Cols.) 5 Pcs Correction Tape 69 Pcs Curtain (2mx4m), Maroon/green 2 Pcs Cutter Knife 4 Pcs Data File Box 8 Pcs Detergent Bar 5 Kl Detergent Powder 2 Pouch Detergent Powder,all Purpose 3 Pcs Dipper(kabo) 1 Pcs Dish Drainer Cabinet 1 Unit Dish Rack ,dish Cabinet 1 Can Dish Washing Paste 10 Bot Dishwashing Liquid,780ml 1 Bot Disinfectant Spray,aerosol Type 3 Pc Document Paper Tray,3 Layer(file Rack Metal) 1 Roll Double Sided Tape 2 Doz Downy 1 Pouch Downy,antibac,1.38l 1 Pcs Dust Pan 7 Bot Elmers Glue 4 Pcs Envelop Brown , A4 22 Pcs Envelop Brown , Legal 67 Pcs Envelope,brown,legal,expanded 89 Box Envelope,documentary,legal 1 Box Envelope,expanding,kraft 1 Pc Eraser,plastic Rubber 2 Ream Expanded Envelope Long 1 Box Expanded Envelope,brown,legal 1 Pcs Expanded,folder,long 10 Box Fastener,metal 5 Box Fastener,plastic 7 Pc File Box,stand Box 3 Pcs File Folder,long 17 Pack File Folder,l-type,legal 1 Pc File Orgnizer 1 Pcs Filer 5 Pack Folder,a4 1 Box Folder,brown,legal,50/box 2 Pcs Folder,long 20 Pack Folder,tagboard,legal,pack 4 Ream Folder,white,legal 3 Box Friction Pen 2 Pcs Friction Pen,black 9 Pcs Friction Pen,blue 9 Pair Garden Gloves 45 Jar Glue All Purpose,300 Grams 9 Pcs Glue Gun 1 Jar Glue,all Purpose,500 Ml 1 Pcs Hats 25 Pcs Heavy Duty Padlock 4 Can Insecticide,aerosol Type 2 Pcs Legislative Picture W/ Frame 1 Pcs Marking Pen,permanent,black 1 Pcs Marking Pen,permanent,blue 1 Pcs Marking Pen,permanent,bullet Type,black 1 Pcs Mechanical Sharpener 2 Pcs Mop With Spinner 2 Pad Notepad 2x3 14 Unit Office Swivel Chair 1 Box Paper Clip,33mm,100's/box 5 Box Paper Clip,gen Type,48mm 4 Box Paper Fastener,long 2 Ream Paper,multi-copy,80 Gsm 9 Box Pencil Mongol #2 3 Pcs Pencil,sharpener,big 1 Pcs Pentel Pen,black 4 Pcs Pentel Pen,ink,black 1 Pc Philippine Flag (regular Size) 2 Pack Photo Paper,a4 4 Pc Plastic Chair/ruby 58 Meter Plastic Cover,thick(15m) 15 Kl Powder Detergent 1 Pc Puncher Heavy Duty 3 Box Push Pin 3 Pcs Received Stamp Big 2 Pc Record Book Official,500 Pages 22 Pc Record Book,300 Pages 10 Unit Rice Cooker,2 Kls 1 Box Rubber Band (arrow) 2 Box Rubber Band No.18 4 Pc Ruler,plastic,450mm 4 Pcs Scissor Big 7 Pcs Scouring Pad 1 Pcs Sign Pen,blue 2 Pcs Sign Pen,extra Fine Tip,black 70 Kls. Soap Powder,100 Grams 4 Pc Spinning Mop 2 Box Stabello Yellow 1 Pcs Stamping Pad 3 Bot Stamping Pad Ink 4 Box Staple Wire No.35 13 Pcs Stapler No.35 With Remover 7 Pack Sticker Paper,a4,pack 1 Pack Surf Powder 1 Pc Tape Dispenser,table Top 1 Pcs Tape Measure 2 Roll Tape Packing 2 Inch 3 Roll Tape Transparent 2 Inch 8 Roll Tape Transparent,24mm 7 Roll Tape,masking,48mm 1 Box Thumbtacks 2 Pack Toilet Tissue,12 Roll/pack 18 Pcs Toilet Cleaner (tuff) 4 Trash Bag (big Plastic Celophane) 7 Pcs Trash Bin With Cover 13 Trashbag Xxl Size 2 Pcs T-shirt 40 Pcs T-shirt Printing 40 Pcs Umbrella 7 Pc Wall Clock 2 Pc Waste Basket 4 Pc White Board Eraser 1 Bot Zonrox 1
Municipality Of San Isidro, Surigao Del Norte Tender
Others
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 243.3 K (USD 4.1 K)
Details: Description Republic Of The Philippines Province Of Surigao Del Norte Municipality Of San Isidro San Isidro, Surigao Del Norte Section I. Invitation To Bid (rebid) Procurement Of Goods For 1st Quarter Common Supplies For Offices 1. The Municipal Local Government Unit Of San Isidro, Through 2. The Municipal Bids And Awards Committee Now Invites Bids For The Procurement Of Goods For 1st Quarter Common Supplies, Source Of Fund From General Fund To Apply The Sum Of Two Hundred Forty Three Thousand Three Hundred Seventy One & 12/100 (php243,371.12) Being The Approved Budget For The Contract(abc) To Payments Under The Contract For The “procurement Of Goods For 1st Quarter Common Supplies”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 3. Prospective Bidders Should Have Experience In Undertaking Similar Projects Within Two (2) Years From The Deadline Of Submission And Receipt Of Bids. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii, Instruction To Bidders. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “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”. 5. Interested Bidders May Obtain Further Information From The Municipal Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 9:00 A.m. To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On February 4, 2025 To February 11, 2025 From The Address Below And Upon Payment Of A Non- Refundable Fee In The Amount Of Five Hundred Pesos (p500.00). 7. Bids Must Be Delivered To The Address Below On Or Before February 12, 2025 At 1:30 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18 And Bid Security Declaration. 8. Bid Opening Shall Also Be Held On February 12, 2025 At 2:00 Pm At Conference Room, Municipal Hall, San Isidro, Surigao Del Norte. Bids Will Be Opened In The Presence Of The Bidders’ Or Their Authorized Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. The Municipal Local Government Of San Isidro Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Lgu-bac Secretariat Mrs. Gina B. Consigna Cell Number;09171078715 (sgd) Ismael L. Macalos, Jr. Bac-chairperson Cell Number: 09128053100/09177004958 Item No. Unit Description Qty Pcs 10 Liters Orocan Pail 1 Ream A3 Bond Paper 1 A4 ,joy Plastic Cover,thick 2 Bot Air Freshener,aerosol Type 8 Pcs Albatross 5 Bot Alcohol, 70% Isoprophyl 42 Gal. Alcohol Ethyl 2 Pcs Ballpen Black 290 Pcs Ballpen Blue 142 Box Binder Clip,1inch 2 Box Binder Clips,(2'') 1 Bdle Binding Ring/com.plastic,12mm 2 Bdle Binding Ring/com.plastic,14mm 2 Ream Bond Paper A4 Multi Copy 139 Ream Bond Paper Legal Multi Copy 82 Ream Bond Paper Short 5 Pcs Boots 25 Pcs Bromm Stick,ting2x 3 Pc Broom Soft Tamboo 12 Pcs Calculator 12 Digits 7 Pcs Calculator,compact 4 Pcs Calculator,scientific 1 Pcs Car Freshener 4 Pack Cartolina,assorted Color 1 Pcs Cleaner,toilet And Urinal 1 Pc Clear Book,legal 5 Box Clip Backfold,25mm 12 Box Clip,backfold,50mm 2 Box Coin Envelope (8 1/2) 2 Pcs Correction Tape 69 Pcs Curtain (2mx4m), Maroon/green 2 Pcs Cutter Knife 4 Pcs Data File Box 8 Pcs Detergent Bar 5 Kl Detergent Powder 2 Pouch Detergent Powder,all Purpose 3 Pcs Dipper(kabo) 1 Pcs Dish Drainer Cabinet 1 Unit Dish Rack ,dish Cabinet 1 Can Dish Washing Paste 10 Bot Dishwashing Liquid,780ml 1 Bot Disinfectant Spray,aerosol Type 3 Pc Document Paper Tray,3 Layer(file Rack Metal) 1 Roll Double Sided Tape 2 Doz Downy 1 Pouch Downy,antibac,1.38l 1 Pcs Dust Pan 7 Bot Elmers Glue 4 Pcs Envelop Brown , A4 22 Pcs Envelop Brown , Legal 67 Pcs Envelope,brown,legal,expanded 89 Box Envelope,documentary,legal 1 Box Envelope,expanding,kraft 1 Pc Eraser,plastic Rubber 2 Ream Expanded Envelope Long 1 Box Expanded Envelope,brown,legal 1 Pcs Expanded,folder,long 10 Box Fastener,metal 5 Box Fastener,plastic 7 Pcs Columnar Book (4 Cols.) 5 Pc File Box,stand Box 3 Pcs File Folder,long 17 Pack File Folder,l-type,legal 1 Pc File Orgnizer 1 Pcs Filer 5 Pack Folder,a4 1 Box Folder,brown,legal,50/box 2 Pcs Folder,long 20 Pack Folder,tagboard,legal,pack 4 Ream Folder,white,legal 3 Box Friction Pen 2 Pcs Friction Pen,black 9 Pcs Friction Pen,blue 9 Pair Garden Gloves 45 Jar Glue All Purpose,300 Grams 9 Pcs Glue Gun 1 Jar Glue,all Purpose,500 Ml 1 Pcs Hats 25 Pcs Heavy Duty Padlock 4 Can Insecticide,aerosol Type 2 Pcs Legislative Picture W/ Frame 1 Pcs Marking Pen,permanent,black 1 Pcs Marking Pen,permanent,blue 1 Pcs Marking Pen,permanent,bullet Type,black 1 Pcs Mechanical Sharpener 2 Pcs Mop With Spinner 2 Pad Notepad 2x3 14 Unit Office Swivel Chair 1 Box Paper Clip,33mm,100's/box 5 Box Paper Clip,gen Type,48mm 4 Box Paper Fastener,long 2 Ream Paper,multi-copy,80 Gsm 9 Box Pencil Mongol #2 3 Pcs Pencil,sharpener,big 1 Pcs Pentel Pen,black 4 Pcs Pentel Pen,ink,black 1 Pc Philippine Flag (regular Size) 2 Pack Photo Paper,a4 4 Pc Plastic Chair/ruby 58 Meter Plastic Cover,thick(15m) 15 Kl Powder Detergent 1 Pc Puncher Heavy Duty 3 Box Push Pin 3 Pcs Received Stamp Big 2 Pc Record Book Official,500 Pages 22 Pc Record Book,300 Pages 10 Unit Rice Cooker,2 Kls 1 Box Rubber Band (arrow) 2 Box Rubber Band No.18 4 Pc Ruler,plastic,450mm 4 Pcs Scissor Big 7 Pcs Scouring Pad 1 Pcs Sign Pen,blue 2 Pcs Sign Pen,extra Fine Tip,black 70 Kls. Soap Powder,100 Grams 4 Pc Spinning Mop 2 Box Stabello Yellow 1 Pcs Stamping Pad 3 Bot Stamping Pad Ink 4 Box Staple Wire No.35 13 Pcs Stapler No.35 With Remover 7 Pack Sticker Paper,a4,pack 1 Pack Surf Powder 1 Pc Tape Dispenser,table Top 1 Pcs Tape Measure 2 Roll Tape Packing 2 Inch 3 Roll Tape Transparent 2 Inch 8 Roll Tape Transparent,24mm 7 Roll Tape,masking,48mm 1 Box Thumbtacks 2 Pack Toilet Tissue,12 Roll/pack 18 Pcs Toilet Cleaner (tuff) 4 Trash Bag (big Plastic Celophane) 7 Pcs Trash Bin With Cover 13 Trashbag Xxl Size 2 Pcs T-shirt 40 Pcs T-shirt Printing 40 Pcs Umbrella 7 Pc Wall Clock 2 Pc Waste Basket 4 Pc White Board Eraser 1 Bot Zonrox 1
DEPARTMENT OF AGRICULTURE REGION II Tender
Agriculture or Forestry Works
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 25 Million (USD 430.8 K)
Details: Description Invitation To Bid For Supply And Delivery Of Various Agricultural Supplies (hvcdp) Ib No. 2025-01-10 1. The Department Of Agriculture Regional Field Office 02, Through The Qrf (typhoon-kristine, Marce, Ofel, Pepito) Intends To Apply The Sum Of Php 25,000,000.00, Being The Total Abc To Payments Under The Contract For Supply And Delivery Of Various Agricultural Supplies/ib No. 2025-01-10. Bids Received In Excess Of The Respective Abc Shall Be Automatically Rejected At Bid Opening. The Department Of Agriculture Regional Field Office 02, Through Qrf (typhoon-kristine, Marce, Ofel, Pepito), Intends To Apply The Sum Of The Following Vegetable And Onion Seeds, Planting Materials, Fertilizers, Bagging And Postharvest Materials Being The Abc To Payments Under The Contract Of Each Lot: Lot No. Qty. Unit Particular Abc (₱) Qrf (typhoon-kristine, Marce, Ofel, Pepito) I. Lowland Vegetable Seeds 1. 1105 500 Grams/ Pack Yard Long Bean - Star Of All Sitao, Ideal For Off Season Planting, Long Shelf Life , Prolific And With Trademark Of Purple Tip; 1,105,000.00 2. 1000 50 Grams/ Can Eggplant - High Yielding Cluster Type With Medium Size Long Purple Fruits And Very Green Calyx 1,900,000.00 3. 1000 100 Grams/ Can Ampalaya - Hybrid Bitter Gourd Noted For Its Large, Glossy, Dark Green Fruits That Are Uniformly Cylindrical With Blunt Blossom End Rot 2,500,000.00 4. 750 50grams/can Pumpkin - Small Butternut Variety, Orange Flesh Color , Equal Ribs And Good Eating Quality 708,750.00 5. 800 50 Grams/ Can Upo - Hybrid With Premium Performance, Uniform Cylindrical Fruits 28-40 Cm, Early Maturing 40-45 Dat 640,000.00 6. 500 25 Grams/ Can Hot Pepper - High Yielding Pungent Hot Pepper With Heavy And Long Fruits For Fresh And Processing 945,000.00 7. 800 25 Grams/ Can Tomato - Color Must Firm Red Medium In Size With Long Shelf Life And Excellent Export Quaility, Vigorous With Moderate Resistance To Bacterial Wilt. Performs Well Even In Rainy Season. 2,360,000.00 Total: 10,158,750.00 Ii. Onion Seeds 1. 1050 400g/ Can Red Creole - Maturity 82-85 Dat;very Good Storage Quality For 6 Months ; Adoptable For Off Season And Regular Season 2,887,500.00 2. 1525 400g/ Can Red Creole - Maturity 100-110, Suited To Regular Season, Bulb Weight 40-60 Grams, Excellent Storability For 8 Months 4,193,750.00 Total: 7,081,250.00 Iii. Highland Vegetables 1. 3500 500 Grams/pack Snap Beans - High Yielding ( Round Pencil Type) French Beans. Pods Are Straight , Uniform And Stringless 2,275,000.00 2. 750 25 Grams/pack Cauliflower - Uniform Bright White Curds; Tolerant To Heat And Rain Stress; Maturity 40-50 Days Dat 975,000.00 3. 500 100 Grams/can Carrots - High Rate Of Marketable Roots-thick Long And Smooth Skinned Roots With Uniques Blunt Ends. Early Maturing ,slow Bolting, Deep Orange Color, Sweet And Tasty. Good Field Holding Capacity, 190-200g Per Fruit, 100-110 Das, Suitable For All Season 910,000.00 4. 800 25 Grams/can Conical Pepper - High Yielding That Produces Big Uniform And Dark Green Fruits. Ideal For Canning And Processing 1,440,000.00 5. 800 25 Grams/can Cabbage- Heavy Compact Heads With Small Core And Purple Veins, Very Good Eating Quality, Juicy With Uniques Tinge Of Sweetness, Heat Tolerance Variety, Head Weight 1-1.2kg, Early Maturity 65-70dat, Suitable For All Season 640,000.00 6. 500 50 Grams/can Chinese Cabbage - Firm, Heavy And Compact Heads. Good Shelf Life And Export Quality, Resitant To Bacterial Rot, 1.5-2-2 Kg Per Fruit, Early Maturity 60-65 Dat, Suitable For All Season 420,000.00 7. 1000 1 Kilogram/ Pack Sweet/garden Pea- Contains An Average Of 8-10 Seed Per Pod, Ideal For Stir-fried Cooking And Ingredient For Rice And Noodles. Early Maturing 60-70 Dat, Resistance To Bean Rust, Pod Length 5.5cm, Pod Weight 2g. 1,100,000.00 Total: 7,760,000.00 Grand Total: 25,000,000.00 2. The Department Of Agriculture Regional Field Office 02 Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Each Lot: Lot No. Particular Delivery Period I. Lowland Vegetable Seeds 15 Calendar Days Ii. Onion Seeds 15 Calendar Days Iii. Highland Vegetables 15 Calendar Days Bidders Should Have Completed, Within 3 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 A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) 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 No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 02 And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 21, 2025, To February 11, 2025, From The Given Address Below Or You Can Download At Philgeps Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Indicated Below: Lot No. Particular Abc Cost Of Bid Documents I. Lowland Vegetable Seeds 10,158,750.00 10,000.00 Ii. Onion Seeds 7,081,250.00 10,000.00 Iii. Highland Vegetables 7,760,000.00 10,000.00 Prospective Bidder Has The Option To Pay The Cost Of Bid Documents In The Cashiering Unit Or May Deposit The Payment Thru Da Landbank – Trust Fund Account Number: 0122 1484 16 And Present Its Proof Of Payment To The Bac Secretariat Or By Sending Thru Email Address Bacregion2@yahoo.com. 6. The Department Of Agriculture Regional Field Office 02 Will Hold A Pre-bid Conference On January 28, 2025 @ 3:00 P.m. At Administration And Training Center Building Conference Room - Da Rfo 02, San Gabriel, Tuguegarao City, Cagayan, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 11, 2025 @ 12:00 Noon. 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 14. 9. Bid Opening Shall Be On February 11, 2025 @ 2:00 P.m At Administration And Training Center Building Conference Room - Da Rfo 02, San Gabriel, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 02 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Darlina D. Mabatan Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office 02 Tuguegarao City, Cagayan Telephone No. (078) 304-0560 Email Address: Bacregion2@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website Sgd Rtd Kay S. Olivas, Mabe, Mpa, Enp Bac Chairperson
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date27 Feb 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Notice Only. This Is Not A Solicitation For Bids, Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Sources Sought Notice Is To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform A Potential Requirement. The Responses Received From Interested Contractors Will Assist The Government In Determining The Appropriate Acquisition Method. the Department Of Veterans Affairs (va), Network Contracting Office (nco) 20, Is Conducting Market Research To Identify Potential Sources Which Can Provide The Following In Support Of The Veterans Integrated Services Network (visn) 20: visn 20 Has A Need For Access To Clinical Assessments, Created By Qualified Research Analysts And Medical Librarians To Aid Clinicians At Visn 20 In Making Informed Decisions Regarding Medical Products, Clinical Topics, And Emerging Technology, Among Other Relevant Clinical Topics.
performance Work Statementâ
clinical Evidence Based Report Subscriptionâ
visn 20â â
â
contract Title. Visn 20 Clinical Evidence Based Report Subscription background.â The Va Needs To Replace An Expiring Contract That Provides Technology Decision Support For Healthcare Systems By Delivering A Vast Database Of Evidence-based Assessments For Medical Devices, Pharmaceuticals, Clinical Policies, And Clinical Procedures.â The System Allows Healthcare Systems To Stay Up To Date On The Latest Medical Device, Medication And Practice Trends And Research To Ensure Deployment Of Safe, Cost-effective Solutions.â â â
â
scope.â Va Intends To Award A Firm Fixed Price Sole Source Contract For A Subscription That Provides Access To Evidence Based Assessments Of Medical Devices, Pharmaceuticals, Clinical Policies, And Clinical Procedures. This Requirement Will Consist Of Subscription Services.â â â
â
â Subscription And Support.â The Following Services Are To Be Provided By The Contractor:â unlimited Access To A Library Of Evidence-based Assessments Of Medical Devices, Pharmaceuticals, Clinical Policies, And Clinical Procedures Produced By Qualified Clinicians And Clinical Researchers
to Include Evaluations Of Value Analysis, Risk Profiles, And Patient Outcomes
to Include On Demand Clinical Evidence Assessmentsâ
provide Emerging Technology Evidence Reports, Special Reports, Position Papers, And Technology Newsâ
provide Subject Matter Expert Methodology Workshops And Custom Consultationsâ â
the Vendor Must Have A Conflict-of-interest Policy That Prevents The Vendor And Its Staff From Holding Investments In Medical Device Or Pharmaceutical Companies
â
period Of Performance.â â â
â The Period Of Performance For This Subscription Shall Be One (1) Twelve (12) Month Base Periodâ plus Four (4) Additional Twelve (12) Month Option Period As Stated Below:â
â
base Yearâ
1 September 2025 31 August 2026
option Year One (1)â
1 September 2026 31 August 2027â
option Year Two (2)â
1 September 2027 31 August 2028â
option Year Three (3)â
1 September 2028 31 August 2029â
option Year Four (4)â
1 September 2029 31 August 2030â
â
â Place Of Performance.â Contract Performance Shall Take Place At The Contractor S Location(s); The System Will Be Accessed From The Visn 20 Location(s) Shown In Table 1 To Include Community-based Outpatient Clinics And Remote Va Employee Locations.â table 1â â
stationâ
addressâ
463-va Anchorage Health Care Systemâ â
1201 North Muldoon Road Anchorage, Ak 99504â
531-va Boise Medical Centerâ
500 W. Fort Street Boise, Idâ 83702â
648-va Portland Medical Centerâ
3710 Sw Us Veterans Hospital Road Portland, Orâ 97239-2999â
653-va Roseburg Health Care Systemâ
913 Garden Valley Boulevard Roseburg, Orâ 97470â
663-va Puget Sound Health Care Systemâ
1660 South Columbian Way Seattle, Waâ 98108-1597â
668-va Spokane Medical Centerâ
n. 4815 Assembly Street Spokane, Waâ 99205â
687-jonathan M. Wainwright Memorial Va Medical Centerâ
77 Wainwright Drive Walla Walla, Waâ 99362â
693-va Southern Oregon Rehabilitation Center And Clinicsâ
8495 Crater Lake Highway White City, Orâ 97503â
â
â invoicing.â Invoices Shall Be Submitted Electronically Via The Financial Services Center Mandatory Electronic Invoice System, On An Annual Basis.â Invoices Must Include, At A Minimum, The Following Information:â Contractor Name, Purchase Order Number, Period Of Service The Billing Covers, And A List Of Equipment Items Covered During The Stated Period Of Performance.â â â
â
this Requirement Is In Accordance With Varr Clause 852.232-72 Electronic Submission Of Payment Requests:â Http://www.fsc.va.gov/einvoice.asp. Electronic Payments Are Net 30 Days.â
â
hours Of Coverage. Client Services Will Be Provided 9:00am To 5:00pm Est, Monday Through Fridayâ
â
9.â Option To Extend Services. In Accordance With Far Clause 52.217-8, Option To Extendâ
services, The Contract May Be Extended, At The Government S Sole Discretion, For A Period Of Up To Six (6) Months, Exercisable In Increments Of Not Less Than One (1) Month. If The Contract Contains An Unexercised Option Period, The Government May Elect To Exercise The Option Pursuant To Far Clause 52.217-9, Option To Extend The Term Of The Contract, During Any Short-term Extension. The Short-term Extension(s) Shall Be Subtracted From The Total Duration Of The Immediately Succeeding Option Period That May Follow As A Result Of The Exercise Of The Option Pursuant To Far Clause 52.217-9 So That The Combination Of The Short-term Extension(s) And The Option Will Not Exceed 12 Months Duration. If The Government Exercises One Or More Short Term Extensions In Accordance With Far Clause 52.217-8 And This Instruction Or An Option Period Pursuant To Far Clause 52.217-9, Or Any Combination Thereof, The Contract As Extended Shall Be Deemed To Include This Extension Instruction And Far Clause 52.217-8; Thus, The Authority To Extend Services Pursuant To Far Clause 52.217-8 And This Instruction May Be Exercised At The End Of The Base Period And At The End Of Each Option Period.â
â
the Prices Applicable During The Short-term Extension(s) Shall Be The Price(s) Applicable During The Immediately Succeeding Option Period If There Is One (for Example, Clin 1001 Subject Only To Any Adjustment Required By The Service Contract Act). If There Is No Immediately Succeeding Option Period, The Price(s) Shall Be The Price(s) Applicable During The Immediately Preceding Contract Period, Subject Only To Any Adjustment Required By The Service Contract Act.â
â
the Extension(s) May Be Exercised By The Government Iaw Far Clause 52.217-8, Provided That The Co Has Given Notice Of The Government S Intent To Exercise The Extension At Least 7 Calendar Days Before This Contract Is To Expire. A Notice Will Be Provided For Each Separate Extension.â
â
for Requirements Items, The Prices Applicable During The Short-term Extension(s) Shall Be The Prices Applicable During The Immediately Succeeding Option Period, If There Is One. If There Is No Succeeding Option Period, The Prices Shall Be The Prices Applicable During The Immediately Preceding Contract Period.â
â
the Cost Ceiling(s), Base Fee(s), And Award Fee(s) During The Short Term Option(s) Shall Be The Pro Rata Portion Of The Costs And Fees Applicable To The Immediately Succeeding Option Period, If There Is One. If There Is No Succeeding Option Period, The Cost Ceiling(s) And Fee(s) Shall Be The Pro Rata Portion Of The Costs And Fees For The Immediately Preceding Contract Period.â potential Candidates Having The Capabilities Necessary To Provide The Above Stated Supplies At A Fair And Reasonable Price Are Invited To Respond To This Sources Sought Notice Via E-mail To Nazanin Kreiner At Nazanin.kreiner@va.gov No Later Than February 27, 2025, 1:00pm Mountain Time. No Telephone Inquiries Will Be Accepted.
responses Should Include The Following Information: Company Name, Address, Sam Uei And Business Size; Point Of Contact Name, Phone Number, And E-mail Address; Whether Services Are Presently Offered On A Current Gsa Federal Supply Schedule Contract. Naics Code 513210 Size Standard: $47 Million Is Applicable To Determine Business Size Standard. Any Questions Or Concerns May Also Be Directed Via Email To Nazanin Kreiner At Nazanin.kreiner@va.gov.
disclaimer And Important Notes: This Sources Sought Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. The Government Will Treat Any Information Received As Proprietary And Will Not Share Such Information With Other Companies. Any Organization Responding To This Sources Sought Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. The Government May Or May Not Issue A Solicitation As A Result Of This Announcement. There Is No Solicitation Available At This Time.
DEPT OF THE ARMY USA Tender
Machinery and Tools
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
Details: 19feb25_the Naics Code Has Been Changed To333111, Farm Machinery And Equipment Manufacturing With A Small Business Size Standard Of 1,250 Employees. this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Will Not Be Issued. the Solicitation Is Being Issued As A Request For Quote (rfq) With The Intent To Award As A Simplified Acquisition. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2023-04. This Requirement Is Set Aside 100% Small Business Under Naics Code 423820, Farm And Garden Machinery And Equipment Merchant Wholesalers, With A Size Standard Of 500 Employees. This Procurement Is Being Conducted In Accordance With Regulation At Far 12, Acquisition Of Commercial Items And Far Part 13, Simplified Acquisition Procedures. please See Attached Description Of Requirement (dor). instructions To Offerors (reference Far 52.212-1) (a) The Offeror Is Responsible For Reading All Information Contained In This Solicitation And All Attachments, If Any, Posted With It. Offerors Should Check The Www.sam.gov Website Often For Any Information Regarding This Solicitation And/or Amendments To This Solicitation. For Information Concerning This Solicitation, Please Email Angela.m.stokes@usace.army.mil And David.g.ammermann@usace.army.mil. (b) Pursuant To Far 52.204-7(b), System For Award Management, Offerors Must Be Registered In The System For Award Management (sam) At The Time An Offer Or Quotation Is Submitted And Shall Continue To Be Registered Until Time Of Award, During Performance, And Through Final Payment Of Any Contract, Basic Agreement, Basic Ordering Agreement, Or Blanket Purchasing Agreement Resulting From This Solicitation. If An Offeror Is Not Registered In Sam At The Time Of The Offer, Its Offer Will Not Be Considered For Award. You May Register Electronically At Http://www.sam.gov. (c)submission Of Offers. Signed And Dated Offers Are Due 21 February 2025, Not Later Than 12:00 Pm Cst And Must Be Submitted Via Email To: Angela.m.stokes@usace.army.mil And David.g.ammermann@usace.army.mil Offers May Be Submitted In Writing On Letterhead Stationery, Or As Otherwise Specified In The Solicitation. At A Minimum, Offers Must Include: the Solicitation Number W912hz25q4483; (2) A Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation. This Includes Providing The Terms Of Any Standard Warranty And Technical Support. This May Include Product Literature, Or Other Documents, If Necessary; (3) Unit Pricing And Extended Pricing For Each Item: State Discount Terms, If Any; (4)cage Code And/or Duns Number. (d)late Submissions, Modifications, Revisions, And Withdrawals Of Offers - (1)offerors Are Responsible For Submitting Offers, And Any Modifications, Revisions, Or Withdrawals, So As To Reach The Designated Government Emails By The Date And Time Designated In The Solicitation; (2)any Offer, Modification, Revision, Or Withdrawal Of An Offer Received After The Exact Date And Time Specified For Receipt Of Offers Is "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, And The Contracting Officer Determines That Accepting The Late Offer Would Not Unduly Delay The Acquisition; However, A Late Modification Of An Otherwise Successful Offer, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received And May Be Accepted; And (3)offers May Be Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Of Offers. (e)contract Award. The Government Intends To Evaluate Offers And Award A Contract Without Discussions With Offerors. Therefore, The Offeror’s Initial Offer Should Contain The Offeror’s Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By The Contracting Officer To Be Necessary. The Government May Reject Any Or All Offers If Such Action Is In The Public Interest; Accept Other Than The Lowest Offer; And Waive Informalities And Minor Irregularities In Offers Received. (f)offers Shall Be Made In Accordance With The Description Of Requirements (dor) Document Provided In The Solicitation. (g) Oral Communications Are Not Acceptable In Response To This Notice. (h) Technical Inquiries And Questions: All Technical Inquiries And Questions Relating To This Solicitation Are To Be Submitted Via Email To Angela.m.stokes@usace.army.mil And David.g.ammermann@usace.army.mil. Offerors Shall Submit Questions At Least 2 Days Prior To The Closing/response Date Of The Solicitation In Order To Ensure Adequate Time Is Allotted To Form An Appropriate Response And To Amend The Solicitation, If Necessary. Offerors Must Review The Specifications In Their Entirety And Review The Www.sam.gov Website For Answers To Questions Prior To Submission Of An Inquiry far 52.212-2 - Evaluation -- Commercial Items: (a) 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. the Following Factors Shall Be Used To Evaluate Offers: 1) Lowest Price 2) Technically Capability the Government Will Issue An Award To The Offeror Whose Quote Is The Lowest Price That Is Determined To Meet At Least The Minimum Requirements To Be Determined Technically Capable. (1) Technically Capable Is Defined As The Documented Capability To Meet The Minimum Requirements Of The Project As Specified In This Solicitation And The Attached Specifications, Including Evidence Of The Offeror's Capability To Provide The Items Specified And The Ability To Meet Or Exceed The Specified Delivery Schedule. It Is Imperative That The Offeror Submit Sufficient Documentation And Information For The Government To Determine Technical Capability And Quoted Price. Failure To Submit Sufficient Information For The Government To Determine Technical Capability And Quoted Price May Be Cause For Rejection Of Your Quote. (b) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) the Following Far Clauses And Provisions May Apply To This Acquisition: 52.203-3 Gratuities 52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper 52.204-7 System For Award Management 52.204-13 System For Award Management Maintenance 52.212-3 Offerors Representations And Certifications- Commercial Items 52.212-4 Contract Terms And Conditions - Commercial Items; 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders – Commercial Items 52.252-2 Clauses Incorporated By Reference additionally, The Following Clauses/provisions Located Within Far 52.212- 5 May Apply To This Acquisition: 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment 52.209-6 Protecting The Government's Interests When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations 52.219-6 Notice Of Total Small Business Set-aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation With Authorities And Remedies 52.222-21 Prohibition Of Segregated Facilities 52-222-26 Equal Opportunity 52.222-35 Equal Opportunity For Veterans 52.222-36 Equal Opportunity For Workers With Disabilities 52.222-50 Combating Trafficking In Persons 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.232-34 Payment By Electronic Funds Transfer – Other Than System For Award Management 52.233- 3 Protest After Award 52.233-4 Applicable Law For Breach Of Contract Claim the Full Text Of These Far Clauses Can Be Accessed Electronically At Website: https://www.acquisition.gov/browse/index/far the Following Dfars Clauses And Provisions May Be Applicable To This Acquisition: 252.203-7000 Requirement Relating To Compensation Of Former Dod Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.203-7005 Representation Relating To Compensation Of Former Dod Officials 252.211-7003 Item Unique Identification And Valuation 252.204-7003 Control Of Government Personnel Work Product 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7010 Levies On Contract Payments 252.243-7001 Pricing Of Contract Modifications the Full Text Of These Dfars Clauses Can Be Accessed Electronically At Website:https://www.acquisition.gov/dfars
Slots Og Kulturstyrelsen - DENMARK Tender
Others
Denmark
Closing Date26 Jan 2025
Tender AmountRefer Documents
Details: Title: Service And Cleaning Of Kongens Have And Frederiksberg Garden Type: Eu Tender Expected Contract Period: 5 Years With The Possibility Of Extension Of 3 Times 1 Year Expected Publication Of Tender: 3rd Quarter 2024 Contact: Center For Group It And Tenders, Kui@ Slks.dk Title: Garden Management Of Koldinghus, Aalborghus, Frederiksberg, Sorgenfri, Marienborg And Frilandsmuseet Type: Eu-tender Expected Contract Period: 5 Years With The Possibility Of Extension Of 3 Times 1 Year Expected Publication Of Tender: 2nd Quarter 2024 Contact: Center For Koncern It Og Udbud, Kui@slks.dk Title: Forest Management Of Fredensborg And Frederiksborg Type: Eu-tender Expected Contract Period: 5 Years With The Possibility Of Extension Of 3 Times 1 Year Expected Publication Of Tender: 2nd Quarter 2024 Contact: Center For Koncern It Og Udbud, Kui@slks.dk Title: Purchase Of Electrical Charging Points And Parking Control Type: Advertising Expected Contract Period: 5 Years Expected Publication: 2nd Quarter 2024 Contact: Center For Group It Og Udbud, Kui@slks.dk Title: Development , Maintenance And Support Of It Support In The Cultural Heritage Area Type: Eu Tender Expected Publication Of Tender: 2nd Quarter 2024 Contact: Center For Group It And Tenders, Kui@slks.dk
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents
Description: Contact Information|4|tbd|tbd|tbd|tbd|
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|source/source|tbd|n00383|tbd|tbd|see Schedule|tbd|||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 Dsicovery 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|336413|1250|||||||||||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
repairs Soliciation Remarks:this Request For Proposal/ Quote (rfp/q) Is For The Repair Of: Nrp,obogs Heat Exch
nsn: 7rh 1680 015991105
pn: 60847-000
quantity: (1) Ea
please Submit Quote Via Email To (connor.c.lewis.civ@us.navy.mil) By The Due Date Specified On Page 1, Block 10.
if A Firm Fixed Price (ffp) Cannot Be Determined, Please Inform The Pco.
these Items Require Government Source Approval Prior To Award.
if You Are Not An Approved Source, You Must Submit, Together With
your Proposal, The Information Detailed In The Navsup Wss Source
approval Brochure Which Can Be Obtained Online At
https://www.navsup.navy.mil/public/navsup/wss/business_opps/
under "commodities." Offers Received Which Fail To Provide All Data
required By The Source Approval Brochure Will Not Be Considered For
award Under This Solicitation. Please Note, If Evaluation Of A Source
approval Request Submitted Hereunder Cannot Be Processed In Time
and / Or Approval Requirements Preclude The Ability To Obtain Subject
items In Time To Meet Government Requirements, Award Of Requirement
may Be Continued Based On Fleet Support Needs.
1. Scope
1.1 Articles To Be Furnished Hereunder Shall Be Repaired, Tested And Inspected In Accordance With The Terms And Conditions Specified In The Requirements Section Of This Document.
1.1.1 Any Item Contracted For Repair Shall Have A Statement Of Work To Ensure Compliance With All Repair Procedures And Requirements.
repair Of:
nrp,obogs Heat Exch ;1680 015991105; Nsn , ;60847-000; Part Number, Shall Be Performed Iaw: Nrp,obogs Heat Exch ;latest; Publication (s).
1.1.2 There Will Be No Repair Deviation From The Approved Written Procedures Without Review And Acceptance By The Basic Design Engineer. All Requests For Waiver/deviation Shall Be Via Form 1694 Routed Throught The Local Dcma/aco Office For Review And
recommendations Via Form 1998.
2. Applicable Documents - Not Applicable
3. Requirements
3.1 1.0 General
3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable
condition.
3.2 2.0 Definitions.
3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order.
3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested
in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled).
3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And
tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired).
3.3 3.0 Scope
3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property,
including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And
shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items.
3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary
facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition:
nrp,obogs Heat Exch ;60847-000; P/n, ;1680 015991105; Nsn, ;latest; Tech Publications
3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow.
repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s).
3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration
management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes
to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change.
3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any
delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A
requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility.
3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be
read As The "government Designated Agency"
3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential
diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test.
3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be
used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be
ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of
the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any
disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements.
3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not
included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such
determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi
sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather,
repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract.
3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra).
3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either:
3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The
inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The
contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work.
3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section
6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed.
3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And
is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units
determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior
to Undertaking Repair Of The Item.
after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations
and Dcma Disposal Procedures And Requirements.
3.5 4.0 Parts And Materials
3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material
used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein.
authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And
requires Specific Approval By The Pco.
3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications
requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which
require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To
manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own
risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The
government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility.
3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The
requirements Of This Contract.
3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall
provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of
such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With
appropriate Pass/fail Criteria Such As Certifications
and Actual Dimensonal Readings.
3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde.
3.5.6
3.6 Source And Location Of Repair Source:
3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed.
nrp,obogs Heat Exch ;ametek / Drake Air; Company Name , ;300 Endo Blvd. Garden City, Ny 11530 / 4085 Southwest Blvd. Tulsa, Ok 74107; Address , ;12356 / 0gdj0 ; Cage Code
inspection Will Be Accomplished On The Contractor's Equipment
3.7 5.0 Contractor Quality Requirements:
3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To
promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality.
3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government.
3.8 6.0 Configuration Management (cm):
3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract).
3.9 7.0 Markings.
3.9.1 Marking Shall Be As Indicated In The Contract When Applicable.
3.10 8.0 Storage;
3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored.
4. Quality Assurance Provisions - Not Applicable.
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
Stadt Schwedt Oder, FB 3 4, Abt Baucontrolling Und Vergabestelle Tender
Civil And Construction...+1Civil Works Others
Germany
Closing Date9 Jan 2025
Tender AmountRefer Documents
Details: Existing building description: The day-care and after-school facility "uckis Spatzenhaus" is located in the center of the city of Schwedt/Oder and looks after children aged between zero and ten years. The facility is located at Friedrich-Wöhler-Strasse 1a on plot 40/5 in corridor 58 and can be reached via Julian-Marchlewski-Ring and Friedrich-Wöhler-Strasse. Both the building and the property are owned by the city of Schwedt/Oder. The day-care center is operated by the Uckermark Education Association (ubv). After the safety checks, significant defects in the fences and path paving were identified in some sections. The path surfaces made of concrete paving and in-situ concrete surfaces are heavily used and uneven due to root growth and weather influences. It is divided into the entrance area and the garden area. The three entrance areas from the garden area to the respective group rooms have been designed with a light ramp and curbstone edging. The paths are to be renewed in order to minimize the risk of injury and to ensure greater safety. In the entrance area, the adaptation of the existing paving is sufficient. In the garden area, demolition and therefore new paving work is necessary. For the necessary renovation of the paths, 15 cm of recycled base layer (rc 0-32), 2-3 cm bedding (chip 0-2) and concrete paving (8 cm) with a border made of concrete edging stones (8 cm) are planned. Concrete paving stones with a small bevel are to be used to enable scooters and balance bikes to be used. The ramps of the three entrance areas to the group rooms will be retained and the height of the adjacent path is to be adjusted to the ramps. In addition, colored structures (rows with colored inserts) can be integrated into the seating areas. The sandpit borders are to be bordered with edging stones with plastic covers (silidur). The existing material must be salvaged and the rear area must be expanded. Some fences must be repaired (damaged fields) or completely replaced. The exact areas will be agreed with the Ag before construction begins. Shaft permits must be applied for and provided before construction begins. Storage areas within the daycare center grounds are only possible to a limited extent.
5831-5840 of 6412 archived Tenders