Interior Tenders
Interior Tenders
Amt Biesenthal Barnim Tender
Civil And Construction...+1Building Construction
Germany
Details: The Biesenthal-Barnim office is implementing the following construction project: === Extension of the Rüdnitz fire station === As an extension to an equipment house for the purpose of strengthening the municipal fire service infrastructure on the property at Ackerweg 2 in 16321 Rüdnitz. The following construction project services are being awarded as part of this tender: == Outdoor facilities, rainwater drainage == The project is receiving funding from the state of Brandenburg in accordance with the fire service infrastructure guidelines of the Ministry of the Interior and for Local Affairs. Please refer to the tender documents for all further information and details.
Closing Date10 Jan 2025
Tender AmountRefer Documents
Batangas State University Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Supplies And Materials For Sinag Project To Create And Ultraviolet Photolithography" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Supplies And Materials For Sinag Project To Create And Ultraviolet Photolithography" With An Approved Budget For The Contract (abc) One Hundred Eighteen Thousand Nine Hundred Twenty-five Pesos Only (php 118,925.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 1 Piece Abs Plastic Abs Plastic Ivory Color; Dimensions: 40mmx320mmx600mm (at Least 35mmx220mmx600mm) 19,600.00 2 1 Piece Ac- Dc Converter 24v 10.5a Power Supply 4,700.00 3 1 Piece Acrylic Sheet 12mm Acrylic Sheet; Dimension: 12mm X 1220mm X 2440mm (or At Least 10mmx1220mmx1828.8mm) 20,475.00 4 1 Piece Acrylic Sheet 5mm Acrylic Sheet; Dimension: 6mm X 1220mm X 2440mm (or At Least 6mmx1000mmx1500mm) 9,750.00 5 2 Piece Anodized Black Aluminum Profile 20mmx20mm (at Least 350mm) 500.00 6 2 Piece Anodized Black Aluminum Profile 20mmx40mm (at Least 520mm) 1,630.00 7 2 Piece Arduino Mega 2560 R3 Atmega2560 Microcontroller Input Voltage : 7-12v 54 Digital I/o Pins (14 Pwm Outputs) 16 Analog Inputs 256k Flash Memory 16mhz Clock Speed 7,540.00 8 1 Piece Dc Fan 12v 0.33a, 80mm X 80mm X 25mm With At Least 3500 ±10%rpm & Noise 38.5dba 1,200.00 9 1 Pack L- Shape Interior Corner Connector Joint Bracket Dimensions:105.92 Mm X 66.04 Mm X 24.89 Mm ? For Aluminum Profile At Least 6 Pcs. 200.00 10 1 Piece Laser Diode 500mw 808nm Infrared Ir Laser Diode Dot Module 12v+ Ttl+ Fan Cooling Laser Module 1,180.00 11 4 Piece Limit Switch Micro Switch 3pin With Roller Limit Switch For X And Y Axis 360.00 12 1 Piece Linear Motion Guide With Rail Lead Sizes: At Least 105 Mm Low Dust Generation-grease (g Type) Assembly Height: 10 Mm For Z-axis 2,730.00 13 1 Piece Linear Motion Guide With Rail Lead Sizes: At Least 350 Mm Low Dust Generation-grease (g Type) Assembly Height: 10 Mm For X-axis 4,880.00 14 1 Piece Linear Motion Guide With Rail Lead Sizes: At Least 457mm Low Dust Generation-grease (g Type) Assembly Height: 10 Mm For Y-axis 5,900.00 15 1 Pack M2.5x6 Countersunk Allen Bolt Metric M2.5 Screws,thread Diameter: 2.5mm; Screw Length: 6mm; Pitch Size: 0.45mm . For Enclosure At Least 50 Pcs. 530.00 Page 1 Of 3 Item No. Qty Description Total 16 1 Pack M3x10 Counterbore Allen Bolt Thread Length: M3 X 10mm?thread Diameter: 3mm, Thread Pitch: 0.5mm, Total Length: 19 Mm Head Diameter: 5.3mm?head Height : 3mm Thread Coverage: Full Thread. At Least 60 Pcs 610.00 17 1 Pack M3x12 Counterbore Allen Bolt Thread Length: M3 X 12mm?thread Diameter: 3mm, Thread Pitch: 0.5mm, Total Length: 19 Mm Head Diameter: 5.3mm?head Height : 3mm Thread Coverage: Full Thread. At Least 60 Pcs 620.00 18 1 Pack M3x16 Counterbore Allen Bolt Thread Length: M3 X 16mm?thread Diameter: 3mm, Thread Pitch: 0.5mm, Total Length: 19 Mm Head Diameter: 5.3mm?head Height : 3mm Thread Coverage: Full Thread. At Least 60 Pcs 640.00 19 1 Pack M4x10 Counterbore Allen Bolt Thread Diameter: M4-0.7; Screw Length: 10mm; Head Size: 7.22 X 4mm / 0.28" X 0.16"(d*h); Hex Width: 3mm; Product Name: Socket Head Cap Screws; Color: Black; Material: Carbon Steel; Surface Treatment: Blackening. At Least 60pcs 690.00 20 1 Pack M4x12 Counterbore Allen Bolt Thread Diameter: 4 Mm; Pitch Size: 0.7 Mm. Thread Length: 12 Mm(excluding The Height Of The Head); Drive Type: Allen Hex Socket 3 Mm; Color: Black Oxide. At Least 60 Pcs 700.00 21 1 Pack M4x16 Counterbore Allen Bolt Thread Diameter: 4 Mm; Pitch Size: 0.7 Mm. Thread Length: 16 Mm(excluding The Height Of The Head); Drive Type: Allen Hex Socket 3 Mm; Color: Black Oxide. At Least 60 Pcs 710.00 22 1 Pack M5 T-slot Nuts Dimensions:10mmx4.5mmx9mm; Step Width 6mm, Step Height 1.5mm. For Aluminum Profile At Least 45 Pcs. 560.00 23 1 Pack M5x12 Counterbore Allen Bolt Head Diameter: 8.5 Mm; Head Height: 5 Mm; Drive Type: Allen Hex Socket 4 Mm; Color: Black Oxide. For Enclosure At Least 30 Pcs. 720.00 24 1 Pack M5x16 Counterbore Allen Bolt Head Diameter: 8.5 Mm; Head Height: 5 Mm; Drive Type: Allen Hex Socket 4 Mm; Color: Black Oxide. For Enclosure At Least 30 Pcs. 680.00 25 4 Piece Nema 23 Stepper Motor Step Angle:1.8 Deg Motor Length:56 Mm Rated Voltage:3.6 V Rated Current: 2 A Phase Resistance: 1.8 Ohms Phase Inductance: 2.5 Mh Holding Torque:9 Kg-cm No. Of Lead Wires: 6 Rotor Interia: 300 G-cm² Detent Torque: 400 G-cm Motor Weight: 0.7 Kg For X And Y Axis 5,200.00 26 3 Kilogram Polylactic Acid (pla) Matte Black/deep Black 2,910.00 27 1 Piece Precision Ball Screw Shaft Diameter: 8mm Lead Size: At Least 390 Mm Accuracy Grade: Up To C7 For X-axis 9,780.00 28 1 Piece Precision Ball Screw Shaft Diameter: 8mm Lead Size: At Least 517 Mm Accuracy Grade: Up To C7 9,990.00 Page 2 Of 3 Item No. Qty Description Total For Y-axis 29 1 Piece Shaft 8mm Shaft At Least 300mm Length 240.00 30 2 Piece Shaft Coupler 6mm To 8mm Motor Stepper Shaft 200.00 31 2 Piece Stepper Motor Controller Dm556 Model Suitable For Nema 23 5-24 V Universal To Control Signal, Without Series Resistance Ttl Compatible And Optically Isolated Inputs To 5.6a Input Voltage 20-50vdc Up To 128 Subdivision, 16 Selectable Micro-step Resolutions Of 400-25,600 Via Dip Switches 8 Selectable Output Current Settings Of 1.4a To 5.6a Via Dip Switches Pulse Input Frequency Up To 200 Khz Protections For Over-voltage And Over-current Electrical Specifications Output Peak Current: 1.4~5.6a Input Voltage: +20~50vdc (typical 24-48vdc) Pulse Input Frequency: 0~200khz Isolation Resistance: 500m? Vibration: 10-55hz/0.15mm Weight: Approx.260g For X And Y Axis 3,500.00 Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Rizal Avenue Extension, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 13, 2025. E-mail : Procurement.central.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Jonas Erik L Ebora Assistant Director, Procurement Rizal Avenue Extension, Batangas City 980-0385 Loc. 1230
Closing Date13 Jan 2025
Tender AmountPHP 118.9 K (USD 2 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00144 (re-advertisement) : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Saguday Super Health Center 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱5,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00144: Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Saguday Super Health Center. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Saguday Super Health Center Contract Id No. : 24b00144 Location : Saguday, Quirino Brief Project Description : Construction Of Saguday Super Health Center: Structural Works (excavation, Embankment, Gravel Fill, Steelworks, Structural Concrete), Plumbing Works (construction Of Catch Basin, Septic Tank, Installation Of Sewer Line Works, Waterline Works, And Storm Drainage), Finishing Works (masonry, Plastering Interior Wall And Ceiling Painting Works, Ceiling Works, Waterproofing, Tile Works, Installation Of Doors And Windows) Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Catch Basin • Sewer Line Works • Storm Drainage And Downspout • Septic Tank (chb) • Sanitary/plumbing Fixtures • Cold Water Lines • Ceiling • Modular Partition • Finishing Hardware • Aluminum Glass Windows, (swing, Sliding, Awning & Fixed) Type • Doors, (wood Panel) • Fabricated Metal Roofing Accessory, 0.60 Mm, (ridge/hip Rolls, Flashing, Gutters) • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Unglazed Tiles • Granite Tiles • Cement (plaster) Finish • Painting Works, (masonry/ Concrete, Steel) • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Metal Structure Accessories, (turnbuckle, Sagrods, Cross Bracing & Steel Plates) • Structural Steel Purlins Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Lighting Fixtures • Reinforced Concrete Pedestal / Pole Mechanical Works • Ventilating System • Fire Alarm System Approved Budget For The Contract (abc) : ₱5,970,000.00 Contract Duration : 85 Calendar Days Inclusive Of 6 Unworkable/rainy Days, 17 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B For Buildings. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. 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”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 - February 04, 2025, From The Address Given 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 Ten Thousand Pesos Only (₱10,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 22, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 04, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On February 04, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 15 - 21, 20205 Conspicuous Place (procurement Bulletin Board): January 15 - 21, 20205
Closing Date4 Feb 2025
Tender AmountPHP 5.9 Million (USD 102.1 K)
FARM PRODUCTION AND CONSERVATION BUSINESS CENTER USA Tender
Real Estate Service
United States
Details: Modification 2 (12/12/2024)
the Original Advertisement Dated 01/04/2024 And Modified On 12/03/2024, Is Hereby Modified To Extend The Due Time And Date For Expressions Of Interest From4:30 Pm Eastern, Tuesday, December 10, 2024 To 4:30 Pm Eastern, Wednesday, January 8, 2025.
all Other Aspects Of The Original Advertisement And 12/03/2024 Modification Remain Unchanged From Its Original Intent.
modification 1 (12/03/2024)
the Original Advertisement Dated 01/04/2024, Here Herby Deleted In Its Entirety And Replaced With The Following To:
update The Presolicitation Reference Number
clarify Government, Producer/visitor And Employee Parking Requirements
add Ti Pre-award Dids To Ti Methodology
clarify And Add Specifications To Additional Requirements, Including Modifying Minimal Floodplain Requirements.
add Language Regardingsection 889 Of The Fy19 National Defense Authorization Act (ndaa)
extend The Expressions Of Interest (eoi) Due Time And Date.
remove Hidden Text Language Inserted In Error.
add Language Regarding Systems For Award Management (sam) Registration Requirements.
insert Additional Language And/or Clarification For Expressions Of Interest (eoi Response Guidance, Instructions And Requirements.
inserted Additional Language And/or Clarification For Eoi Submission.
remove Previous Usda Reality Specialist Name And Contact Information.
||denotes A Change Or Modification From The Original Advertisement Dated 01/04/2024.
the U.s. Department Of Agriculture (usda) Seeks To Lease The Following Space:
|| Presolicitation Number:57-42085-25-fa
state: Pennsylvania
city: Mercer
county: Mercer County
delineated Area:
north: Beginning At Lake Road/ West Corell Road/ East Cornell Road (township Road 539), Franklin Road, (us Route 62 (us 62)), Ending At Interstate Highway 79 (i-79).
east: Beginning At Interstate Highway 79 (i-79) Ending At Leesburg Grove City Road (pa State Route 258 (pa 58)).
south: Beginning At Leesburg Grove City Road (pa State Route 258 (pa 258)) Continuing Westbound To Leesburg Grove City Road (pa State Route 208 (pa 208) To The Mercer County Line To The Intersection Of The Mercer County Line And North Market Street (pa State Route 158 (pa 158)).
west: Beginning At The Intersection Of The Mercer County Line And North Market Street (pa State Route 158 (pa 158)) Continue Mercer-new Wilmington Road/shenango Street* (pa State Route 158 (pa 158)), West Market Street/sharon Mercer Road (u.s. Route 62 (us 62)), Skyline Drive, South Lake Road (pa State Route 258 (pa 258)), North Skyline Drive, Ending At Lake Road (township Road 539).
minimum Sq. Ft. (aboa):3,632 Aboa Sf Minimum
maximum Sq. Ft. (aboa):3,813 Aboa Sf Maximum
maximum Sq. Ft. (rsf):not To Exceed 4,358 Rsf
space Type:general Purpose Office And Related Space
||government Official Vehicle (gov)surface/outside Reserved Parking Spaces: Three (3) Reserved, On-site Surface Parking Spaces For Government Official Vehicles (govs) Owned Or Leased On Behalf Of The Government Or Privately Owned Vehicles Designated For "official Use" In Performance Of The Government's Mission.
|| Producer/ Visitor Surface/ Outside Reserved Parking Spaces: Twelve (12) On-site Surface Parking Spaces For Privately Owned Producer And/or Visitor Parking. The Parking Lot Shall Have Pull-through Capabilities And Shall Not Be Obstructed By Adjacent Building(s), Structure(s), And/or Tenants’ Usage. Parking Shall Be Within A Maximum Walking Distance Of 300-feet Of The Public Entrance Of The Building. Two (2) Of The Producer/visitor Surface Parking Spaces Shall Be Large Enough To Accommodate Large, Oversized, Farm-type Vehicles With Trailers. The Spaces Should Be In Addition To The Pull-through Parking Requirements.
||employee Surface/ Outside Non-reserved Parking Spaces:twelve (12) Non-reserved Parking Spaces For Privately Owned Government Employee Use. These Parking Spaces Shall Either Be “on-site” Or “off-site” Not Exceeding A Walkable ¼ Mile (1,320 Feet) Of The Employee Entrance Of The Building.
full Term:up To Twenty (20) Years (240-months)
firm Term:ten (10) Years (120-months)
termination Rights:120-days In Whole Or In Part Following The Expiration Of The Firm Lease Term.
||tenant Improvements: Pre-award Design Intent Drawing (dids) Workshop; Turnkey Tenant Improvement Build-out.
||additional Requirements:
||square Feet May Reflect Non-usda Partners Where Nrcs Provides Workspace To Partners Through Agreement.
the Space Offered, Its Location, And Its Surrounding Areas Must Be Compatible With The Government’s Intended Use.
the Space Shall Be In A Professional Office Environment Or Surroundings With A Prevalence For Modern Design And/or Tasteful Rehabilitation In Modern Use.
the Space Offered Shall Not Be Located Within 300-feet Of Residential Areas.
the Space Offered Will Not Be Considered Where Any Living Quarters Are Located Within The Building.
space Shall Not Be Adjacent To A Tenant Or Business Whose Primary Operation Is The Sale Of Alcoholic Beverages, Where Firearms Are Sold And/or Discharged, Or Where Tenants Related To Drug Treatment, Or Detention Facilities Are Located.
subleases Are Not Acceptable.
first Floor Space Is Preferred. Office Space Must Be Contiguous, On One Floor. If Space Offered Is Above The Ground Level, Then At Least One (1) Accessible Elevator Will Be Required.
the Government Will Have Access To The Space 24-hours A Day, 7-days A Week. Normal Hours Of Operation Are Monday Through Friday 6:00 Am – 6:00 Pm (excluding Saturdays, Sundays, And Federal Holidays).
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease.
a Fully-serviced Lease Is Required.
||offered Space Shall Not Be In The 0.2-percent-annual Chance Floodplain (formerly Referred To As “500-year” Floodplain).
||entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).).for More Information, Visit:https://acquisition.gov/far-case-2019-009/889_part_b.
|| Expressions Of Interest Due: 4:30 Pm Eastern, Tuesday, December 10, 2024
market Survey (estimated): Tbd
occupancy (estimated):within 90-days Of The Government’s Issuance Of Notice To Proceed For Tenant Improvement Construction.
note: Entities Not Currently Registered In The System For Award Management (sam) At Sam.gov, Are Advised To Start The Registration Process As Soon As Possible If Intending To Submit An Offer For Possible Lease Award.
||expressions Of Interest Shall Include The Following:
||refer To Project Number57-42085-25-fain Expressions Of Interest Response.
||if Offeror Is Not The Owner Of The Building, An Authorization Letter Signed By Owner To Represent Owner For Property Will Be Required.*
||brokers Submitting Properties Must Show Authorization From The Property Owner To Submit Property On Behalf Of The Property Owner; This Can Include, But Is Not Limited To A Listing Agreement, Letter From The Property Owner Authorizing The Broker To Submit The Property, Purchase/ Sale Agreement, Option, Etc.*
||photos Of The Space Or Site Being Submitted, Or Permission For Market Survey Participants To Photograph The Space Or Site.
||forexisting Buildings, Download From Sam.gov And Completein Its Entirety Lease Market Survey Form For Existing Building, Ms-2991.
||ifexisting Building, Include Building Name And Legal Address (as Reflected On Deed), The Location Of Available Space Within The Building, Along With Building Site/ Lot Plans, Interior Layout Drawings/ Pictures (with Dimensions Shown) Reflecting The Space(s) That Are Being Offered.
||fornew Constructionproperties, Where A Land Site Is Proposed, Download From Sam.gov And Complete N Its Entirety The Land Market Survey Form I.
||ifnew Construction, Site/aerial Plans Or Building Site/lot Plans Showing The Location Of The Proposal Land, Along With The Parcel Number (if Part Of Multiple Parcels, All Parcel Numbers Associated With The Proposed Land). Adjacent Streets Showing Proposed Ingress/egress Shall Be Shown On The Plans.
||forbothexisting Buildings And New Construction, Rentable Square Feet (rsf) And Ansi/boma Office Area (aboa) Square Feet To Be Offered.
||forbothexisting Buildings And New Construction, Proposed Fully-served Rate Per Square Foot, Estimated Operating Expenses – Fully Serviced, And Any Proposed Concessions, Free Rent, Or Abatement That May Be Included In Your Proposal.
||forbothexisting Buildings And New Construction, Amount Of/type Of Parking Available On-site. If Parking Is Not Available On-site, Provide A Map Showing The Location(s) Of Parking Requested In The Advertisement. If Parking Will Be Offered On A Land/site/property/location Not Under The Offeror’s Control, An Authorization Letter Signed By The Land/site/property/location Owner To Present The Land/site/property/location To The Government As An Expression Of Interest Will Be Required.
||forbothexisting Buildings And New Construction, The Date Of Space Availability.
||for Existing Buildings, Provide Information On Condition Of Building Systems, Roof, Foundation, And Current Floor Plan. Alternatively, Provide A Copy Of A Recent Commercial Building Inspection Or Appraisal.
||confirmation That Offered Space Meets Or Will Be Made To Meet Architectural Barriers Act Accessibility Standards (abaas).
||confirmation That Offered Space Meets Or Will Be Made To Meet Seismic Safety Standards, As Applicable.
||confirmation That Offered Space Meets Or Will Be Made To Meet Fire Protection & Life Safety Requirements.
||for New Construction Or Properties Requiring Expansion Of The Footprint Of The Building, Confirmation That Offered Space Meets Or Will Be Made To Meet National Environmental Protection Act Of 1969 (nepa) Requirements.
||* As Mentioned In #2 & #3 Above, Any Submission Received Without Written Authorization To Represent Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received.in Cases Where An Agent Is Representing Multiple Entities, Written Acknowledgement/permission From Each Entity To Represent Multiple Interest Parties For The Same Submission Must Be Submitted Prior To The Expressions Of Interest Due Date.
send Expressions Of Interest To
||in No Event Shall An Offeror, Owner, Or Their Representatives And/or Designees, Enter Into Negotiations Or Discussions Concerning The Space To Be Leased With Any Federal Agency Other Than The U.s. Department Of Agriculture Contracting Officer Or Their Authorized Representative Indicated Below:
name/title:shannon Schoening, Usda Contracting Officer
email Address:shannon.schoening@usda.gov
government Contact Information
name/title:shannon Schoening, Usda Contracting Officer
email Address:shannon.schoening@usda.gov
------------------------------------------------------------------------------------------
sam Advertisement (01/04/2024)
presolicitation#57-42085-24-fa Is Hereby Deleted In Its Entirety And Replaced By Sam Advertisement Modification No. 1 (12/03/2024).
Closing Date8 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: The Pre-solicitation For This Project Has Been Posted Under A New Solicitation Number. 36c24725r0071. Refer To This Solicitationn Number For Any Further Announcements Regarding This Project 619-20-103.
this Iinformation Is Being Provided For Cross Reference Purposes Only. This Action Is Considered Closed Out.
sources Sought Notice Sources Sought Notice Page 8 Of 8 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 Of 8 Sources Sought: The Central Alabama Veterans Health Care System (cavhcs) Located At 215 Perry Hill Road, Montgomery, Al 36109 Has A Requirement For A Firm Fixed Price Contract That Includes General Construction, Demolition, Modification, And Renovation Of The Existing Central Boiler Plant- (building 14). Project Description: See The Attached Statement Of Work For What This Project Includes, But It Not Limited To This Description Of The Project. This Is Not A Request For Proposal (rfp): The Purpose Of This Notice Is To Determine If There Are Qualified Sdvosb, Vosb And Small Businesses That Have The Experience For This Highly Specialized Type Of Work And If Such Firms Are Interested In This Procurement. The Sources Sought Notice Is For A Design-bid-build Project. The Naics Code Is 236220 And The Small Business Size Standard Is $45 Million. The Psc Is Z1dz. The Magnitude Of Construction Is Between $10,000,000 And $20,000,000. Interested Firms Should Indicate Their Interest No Later Than 4:00 Pm Est On 01/31/2024 Via Email To Contract Officer Margaret.yeaton@va.gov (visn 7 Network Contracting Office) The Following Information Is Required In Response To This Notice. Please Number Your Responses (1) Through (5). Your Specific Response To The Following Items Is Requested. There Is No Page Limit, However Pages Should Be Sufficient To Describe Your Firm. A Positive Statement Of Your Intention To Submit A Proposal In Response To A Solicitation For This Project And Include Your Firm S Full Name, Address, Point(s) Of Contact, Telephone Numbers And Email Addresses, Url, And Uei. Your Firm S Bonding Capability (construction Bonding Level Per Single Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars Along With Your Current Available Bonding Capacity). Evidence Of Your Experience In Replacing And Installing Comparable Boiler Projects That Are Highly Specialized And Completed Within The Past Five (5) Years. Your Projects Must Be Similar In Size And Scope With A Construction Magnitude Between $10,000,000 To 50,000,000. Provide Contract Descriptions, Location, Contract Dollar Value And The Name Of The Company, Agency Or Government Entity For Which The Work Was Performed. State Your Firm S Role In The Successful Project (prime, Subcontractor, Jv Member Etc.) Include The Name, Title, Email And Phone Number Of Your Customer Point Of Contact (i.e., Cor, Contracting Officer, Program/project Manager). If Applicable, Your Firm Should Provide Proof Of A Valid Joint Venture Or Mentor-protege Agreement, By Supplying The Duns Number/uei And Names Of Respective Jv Or Mp Principals. (see Vaar 819.7003(c) For Joint Venture Agreements And Vaar 819.71 For Mentor-protege Agreements At Https://www.va.gov/oal/library/vaar/vaar819.asp Other Information That Is Useful To Show The Knowledge And Depth Of Experience Of Your Firm In Comparable Projects, Such As For Example, Your Experience With Environmental Compliance, Permitting Processes, Certifications, Any Awards, And Recognition, Your Ability To Implement Logical And Physical Security Measures And Safeguards, Accident-free Record, Etc. All Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On The Availability Of Interested Sdvosb, Vosb Or Sb Concerns. Failure To Submit All Information Requested Will Result In A Contractor Not Being Considered As An Interested Sdvosb, Vosb Or Sb Concern. If Adequate Interest Is Not Received This Action Will Not Be A Set-aside. Interested Firms Should Reply Via E-mail To Margaret.yeaton@va.gov . Firms Must Be Registered In The System For Award Management (sam). Visit Sam.gov To Register In Sam. Sdvosb Or Vosb Firms Must Be Verified In Vet Cert. Https://veterans.certify.sba.gov/ The Contracting Office Welcomes The Interest Of New Entrants To Construction Projects For Visn 7 And Especially Looks Forward To Responses Of Well-qualified Small Businesses And In Particular To The Responses Of Certified Sd/vosb Contractors. A Project Description Is Set Out Below That Will Guide You In Furnishing The Information Requested In (1) Through (5) Above. Disclaimer This Source Sought Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Notice. Project Information: The Proposed Statement Of Work For This Project Is Within This Document. A. Project Description: Title Of Project: 619-20-103 - Correct Fca Deficiencies In Boiler Plant, Building 14. Project Overview: This Project Will Replace The Boiler System And Completely Renovate Building14. It Will Correct Several Fca Deficiencies Identified In The 2012, 2016, And 2021 Facility Conditions Assessment (fca). Scope Of Work: The Contractor Shall Provide All Labor, Supervision, Transportation, Materials, Cranes, And All Other Incidentals To Facilitate A Successful Construction Project. A. This Project Replaces The Boilers And Connected Piping And Equipment As Identified In The 2016 Visn 7 Facilities Condition Assessments (fca) For Central Alabama Veterans Health Care Systems-east (cavhcs-west). This Will Include The Design Of Replacement Of Boiler Plant, Which Include The Alternate Fueling System, Emergency Electrical System, Pumping System, Electrical Control System, Structural System, Replacing Windows And Refinishing Interior Painted Surfaces, And Temporary Boilers. B. This Project Shall Repair Or Replace Exterior Concrete And Brick Wall Repair, Metal Casework Replacement In Boiler Room, Roof Replacement, Deaeration Tank Replacement, Oil Water Separator Installation. Replace All Domestic Water Lines Inside Building, Restricted Access Design, Replace Sump Pump In Basement To Provide Duplex Unit, Increased Steam Tunnel Remediation Of Piping Supports And Associated Abatement, Testing, And Design. The Length Of Tunnel Remediation Included Is 240 Ft, Increased Steam Tunnel Lighting Replacement. A N+ 1 Temporary Boiler Configuration With Platforms For Boiler Personnel Use Along With A Boiler Personnel Operation Trailer. C. This Project Shall Installation, And Commissioning Of Fire Protection Sprinkler System For The Entire Building, The Electrical System, And The Boilers. These Modifications Will Not Change To The Exterior Of The Building. D. The Construction Work Does Not Require Coordination With Shpo. Applicable Codes And Standards: International Plumbing Code 2018 Edition Va Boiler Design Guides 2017 Edition International Mechanical Code 2015 Edition Ashrae Fundamentals Handbook 2015 Edition Nfpa 99 2021 Edition Va Plumbing Design Manual 2018 Edition Va Hvac Design Manual 2017 Edition Va Plumbing Design Manual 2018 Edition Existing Conditions: The Boiler Plant Is In Desperate Need Of Renovation To Include The Replacement All Major Components. The Two 400 Hp And One 150 Hp Boilers Are Beyond Their Useful Life And Require Replacement. The Building Infrastructure Needs Renovation To Comply With Present Occupancy, Workplace Use, And Safety Codes. Building 14 The Last Major Boiler Replacement Was Approximately 45 Years Ago. All Major Systems And Component Require Replacement. The Building Infrastructure Both Internally And Externally Is Crumbling And Require Significant Repair. The Physical Improvements Will Include A New Roof, Blast Resistant Storefront Windows, Energy Efficient Lights, Fresh Paint, New Flooring, Two Unisex Restrooms With Lockers And Dressing Spaces. Location Of Work: Central Alabama Veteran Health Care System, 215 Perry Hill Road Montgomery, Al 3610983 Period Of Performance: The Required Period Of Performance Will Be 915 Calendar Days From The Date Of Contract Award Or Notice To Proceed. Work Hours: The Contractor Shall Be Available During Normal Business Hours Of 8:00 Am 4:30 Pm, Monday Friday Excluding Federal Holidays. Contract Will Require Contractor To Work After Hours And On Weekends And Shall Be Coordinated With The Cor At Least 14 Business Days In Advance. Type Of Contract: This Shall Be A Firm Fixed Price Contract. General Requirements The Contractor Shall Provide The Cor With A List Of Contractor Employees Expected To Enter Facilities. While On Va Premises, All Contractor Personnel Shall Comply With The Rules, Regulations, And Procedures Governing The Conduct Of Personnel And The Operation Of The Facility. An Access Badge Will Be Given To The Contractor S Employee Upon Entrance Into Va Buildings. The Contractor Employee Must Safeguard The Access Badge And Immediately Report Any Lost, Stolen, Or Destroyed Badges To The Cor. All Contract Personnel Must Properly Display Their Access Badges. Access Badges Must Be Worn At Or Above The Waist (facing Forward.). The Contractor S Employees Must Return The Access Badge(s) To The Cor Or Designee When The Work Is Complete. It Is The Responsibility Of The Contractor S Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Shall Be Coordinated With Each Facility Cor. Cavhcs Does Not Validate Or Make Reimbursement For Parking Violations Of The Contractor S Personnel Under Any Circumstance. Government Responsibilities The Government Shall Be Responsible For Making The Building Available To Contractor During Normal Business Hours 8:00 Am - 4:30 Pm. If There Is A Need For Work To Be Done After Hours, The Government Will Plan For Contractor To Have Access To The Building. Contractor Personnel Security Requirements The Contractor Shall Be Required To Comply With All Security Policies/requirements. All Security Policies/requirements Must Be Met, And Employees Cleared Prior To The Contractor Performing Work Under This Contract. Employees That Cannot Meet The Security And Clearance Requirements Shall Not Be Allowed To Perform Work Under This Contract. Temporary Badges For All Workers Will Be Required To Access The Facilities. Coordinate With The Cor For Receipt Of The Temporary Badge. Interference To Normal Function Contractor May Be Required To Interrupt Their Work At Any Time So As Not To Interfere With The Normal Functioning Of The Facility, Including Utility Services, Fire Protection Systems, And Passage Of Facility Patients, Personnel, Equipment, And Carts. In The Event Of An Emergency, Contractor Services May Be Stopped And Rescheduled At No Additional Cost To The Government. Contractor Personnel Shall Inform The Cor Or The Designee Of The Need To Gain Access To Secured Areas. If Access Is Required To Secure Areas, Prearranged Scheduling Will Be Made With Cor Or Designee.
Closing Date31 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n731.46|n00383|n/a|amanda.m.sweeney4.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Higher-level Contract Quality Requirement|8|x|||||||| 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|inspection Site Source Final Acceptance Site Source|tbd|n00383|tbd|tbd|see Schedule |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|| Offeror Representations And Certifications--commercial Products And Commercialservices (may 2024))|3|||| Alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| Buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| Buy American--balance Of Payments Program (feb 2024)|1|| Royalty Information (apr 1984)|1|| Annual Representations And Certifications (may 2024)|12|332439|1250||||||||||| Facsimile Proposals (oct 1997)|1|| Notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||a8c| Evaluation--commercial Products And Commercial Services (nov 2021)|4||||| 1. This Amendment Hereby Increases The Qty Of This Solicitation By Qty 36; From Qty 150 To 186. 2. All Other Terms And Conditions Remain Unchanged. \ This Rfp Is For A Sares Buy And Will Be Using Competitive Procedures. This Requirement Will Be Awarded To The Offeror With The Lowest Price Technically Acceptable (lpta) Quote. The Small Business Administration Representative At Navsup Wss Has Reviewed This Requirement And Determined That A Set-aside Recommendation Was Not Applicable For This Procurement. This Contract/delivery Order/purchase Order/modification Is Issued By The Government When Deposited In The Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To Issue This Contract/delivery Order/purchase Order/modification. \ 1. Scope 1.1 Pre-award / Post Award Requirements: Due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.2 Container Shell Material Is ;plastic; . 1.3 Manufacturing Process Is ;rotomolding; . 1.4 When Discrepancies Exist Between These Requirements And Those On Current Manufacturer's Drawings,contact Code ;buyer On Page 1 Of Contract; Or Code N241.10 1.5 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;hardigg Industries, Inc.; Drawing Number ( ;11214; ) ;18334-0100; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.6 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. 1.7 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=18334-0100 |11214| | |d| | | | 3. Requirements 3.1 One Third (1/3) Unit Of Desiccant (mil-d-3464, Type Ii Nondusting) Per Cubic Foot Of Container Interior Volume Shall Be Placed In Desiccant Holder Of Each Container At Time Of Shipment. 3.2 Reference To Cadmium Plating Shall Be Deleted And The Following Substituted: "finish Shall Be Electrodeposited Alkaline Zinc-nickel Alloy In Accordance With Astm B 841 Class 1, Type B, Grade 3." All Containers Must Be Affixed With A Nameplate That Includes A Unique Identification (uid) Marking As Referenced In The Drawing Package Drawing ;(80132) 15930; And Iaw Mil-std-130 Latest Revision. The Contractor Shall Contact Navicp Code ;0771.13; Or Code 0771.10 For The Alphanumeric Sequential Serial Number Group That Makes Up Part Of The Uid. The Uidwill Be Included On The Nameplate In Data Matrix Format. When A First Article Is Required, The Contractor Shall Submit A Paper Copy Of The Drawings (size 11" X 17"), Contracts And Approved Ecp's Eco's, Deviations Waivers, And Modifications In The Records Recepticle Or Inside The Container Submitted For The First Article. Contact Code ;contact Buyer On Page 1 Of Contract; Or Code N241.10 To Arrange For First Article Test Location 4. Quality Assurance 4.1 The Tests To Be Performed Under The First Article Approval Clause (far 52.209-4) Of The Contract Are Listed Below. 4.1.1 Dimensional Test (special) ;iaw Drawing (11214) 18334-0100 And Subdrawings Is Applicable; 4.1.2 Requirements Of: ;iaw Drawing (11214) 18334-0100 And Subdrawings Is Applicable; 4.1.3 Form: ;applies; 4.1.4 Fit: ;applies, Use Actual Item; 4.1.5 Function ;applies; 4.1.6 Compliance With Drawing ( ;11214; ) ;18334-0100; , Revision ;latest; And Specifications Referenced Therein. 4.2 In Addition To The Above Tests, The First Article(s) To Be Delivered Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With Contract Requirements Requirements. 4.3 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Testing. 4.4 The Cost Of The Government Testing Effort Set Forth In This Solicitation Is Estimated To Be $ ;10,000; For The First Article Testing. This Cost Factor Will Be Added, For Solicitation Purposes, To The Price Of All Offerors For Whom The Government Will Require Such Testing. 4.5 Disposition Of Fat Samples 4.5.1 ;zero; Sample(s) Shall Not Be Returned To The Contractor Because They Shall Be Destroyed During Testing. 4.5.2 ;all; Unless Otherwise Provided For In The Contract, Sample(s) Shall Be Returned To The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The Sample(s) Have Inspection Approval From The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. ;n/a; Sample(s) Shall Be Returned To The Contractor But Shall Not Be Considered As Production Due. 4.6 Test Sample Coating Instructions 4.6.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative.this Paragraph Does Not Apply To Shipping Containers. 4.7 Fat Approval Criteria 4.7.1 Far 52.209-4 Applies (a) The Contractors Shall Deliver ;one (1); ; Unit(s) Of The Following Cage ( ;11214; ; ) Part Number ;18334-0100; ; , Revision ;latest; ; Within ;120; ; Calendar Days From The Date Of This Contract To The Government At ;contact Buyer On Page 1 Of Contract; ; Marking Of Test Sample(s) Shipping Container Shall Be As Follows, Citing This Contract Number: "for First Article Testing. Not Rfi Material. Do Not Take Up In Stock Contract Number:____________" For First Article Test, The Shipping Documentation Shall Contain This Contract Number And Lot/item Identification. The Characteristics That The First Article Must Meet And The Testing Requirements Are Specified Elsewhere In This Contract. (b) Upon Shipment Of First Article Sample(s), Two (2) Copies Of The Material Inspection And Receiving Report (dd Form 250) Bearing The Qar's Signature And Indication Of Preliminary Inspection Shall Be Forwarded To The Navicp- Philadelphia Code Cited In Block 10.a Of Sf33, With Duplicate Copies To Navicp Code 072 And To The Designated Test Facility. The Envelopes Shall Be Clearly Marked: "do Not Open In Mail Room". Within ;90; ; Days After Receipt Of The Samples, The Test Site Shall Complete Testing/evaluation And Submit Two (2) Copies Of Their Test Report With Conclusions And Recommendations To The Navicp Code Cited In Block 10.a Of The Sf33. (c) Within ;30; ; Calendar Days After The Government Receives The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional Approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The Contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request, Shall Submit An Additional First Article For Testing. After Each Request, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First Article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Furnish Any Additional First Article To The Government Under The Terms And Conditions And Within The Time Specified By The Government. The Government Shall Act On This First Article Within The Time Limit Specified In Paragraph (b) Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any Additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Deliver Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract (f) Unless Otherwise Provided In The Contract, The Contractor - (1) May Deliver The Approved First Article As Part Of The Contract Quantity, Provided It Meets All Contract Requirements For Acceptance And Was Not Consumed Or Destroyed In Testing: And (2) Shall Remove And Dispose Of Any First Article From The Government Test Facility At The Contractors Expense. (g) If The Government Does Not Act Within The Time Specified In Paragraph (b) Or (c) Above The Contracting Officer Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates And/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts Support, And Repair Of The First Article During Any First Article Test. (i) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Of, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be Allocable To This Contract For (1) Progress Payments, Or (2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government (j) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To This Effect With Each First Article. (k) The Contractor Shall Provide Specific Written Notification To The Procuring Contracting Officer Informing Him/her Of The Shipment Of Any Article(s) Furnished In Accordance With This Clause. Such Notification Must Be Addressed To The Attention Of The Navicp Code Specified In Block 10.a Of The Sf33, With Copies To Navicp Code 072 And To The Testing Activity. Failure To Provide Such Notification Shall Excuse The Government From Any Delay In Performing First Article Testing And Informing The Contractor Of The Results Thereof. (l) Fourteen (14) Days Prior To Shipment Of First Article Samples, The Contractor Shall Notify The Designated Test Facility In Writing Of The Anticipated Shipping Date, With An Information Copy To The Pco, Navicp Philadelphia, Attn: (cite Code Found In Block 10.a Of The Sf33). The Contractor Shall Also Arrange For Preliminary Inspection Of Test Samples By The Dcmc/qar. 4.8 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, The Naval Inventory Control Point Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run Additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, And (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States Code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And One That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First Article Approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The Government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule He Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) Within Days: Item No. _______________ Quantity:_______ After Date Of Contract:__________ Sampling Per Ansi/asq Z1.4, Sample Plan S-2aql 1.0 (13 Pcs) Accept 0, Reject 1.one (1) Rejection Will Require 100% Of The Shipment To Be Tested. A Lot Shall Consist Of Any Scheduled Shipment Quantity Under Contract. Representative Sampling Shall Be Used, I.e. The Samples Are To Be Selected At Random Throughout The Lot.remove Either The Vortex Or Breather Valve And Install A Suitable Airtight Fitting.draw A Vacuum On The Sample Container(s) To .025+/- 0.01 Psig.stabilize Vacuum Within Tolerance For A Minimum Of 15 Minutes, Then Disconnect The Vacuum Input And Test Monitor The Container For 15 Minutes.the Vacuum Should Hold Within +/- 0.05 Psig At The End Of The 15 Minutes For The Container To Pass. Testing Specifications For Cases: Drop Test:fed-std-101c. Method 5007.1 Paragraph 6.3,procedure -a- Level -a-. Procedure A Falling Dart Impact: Ata 300, Category I,general Requirements For Category I & Ii Reusable Containers Vibration (loose Cargo): Fed-std-101c, Method Of 5019 Vibration (sweep):ata300, (jan 15th/96),which States In Appendix Ii, B4 Simulated Method 506.4, Procedure Ii Of 4.1.2 Fed-std-101c Method 5009.1, Section 6.7.1. All Costs And Responsibilities Related To The First Article Test Submission Container Shipment To And From The First Article Test Facility Are To Be Borne By The Contractor. 4.9 100% Production Leak Test. Each Container Shall Be Prepared For Testing By Sealing All Breathing Devices And Inserting Suitable Pressurized Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. Each Container, Uninstrumented And Without Dummy Load, Shall Then Be Subjected To A Single 18 Inch Flat Drop. The Pneumatic-pressure Technique Of Method 5008 Of Federal Test Method Standard No. 101c Shall Be Used To Detect Leakage. An Initial Setting Equal To 0.5 + 0.1 - 0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure Over A 30 Minute Period That Exceeds 25% Of The Stabilized Pressure Shall Be Cause For Rejection; Tests Shall Be Conducted To Ascertain Sources Of Leaks And Corrective Action Taken. Any Deformation Of The Container Shell While Pressurized Which Is Greater Than Three-quarters Of An Inch Beyond Its Point At Ambient Pressure Shall Also Be Cause For Rejection. Warning Container May Explode Or Fasteners May Fail During Test. Use Protective Barriers To Avoid Injury To Personnel. 4.10 100% Production Leak Tests. Each Container Shall Be Prepared For Testing By Sealing All Breathing Devices And Inserting Pressurizing Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. The Pneumatic - Pressure Technique Of Method 5009 Of Federal Test Method Standard No. 101c Shall Be Used To Detect Leakage. An Initial Pressure Setting Equal To 0.25 + 0.1-0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure In Excess Of 0.05 Psig (adjusted For Changes In Temperature And Barometric Pressure) Shall Be Cause For Rejection. Any Deformation Of The Container Shell, While Pressurized, Which Is Greater Than Three Quarters Of An Inch Beyond Its Point At Ambient Pressure Shall Also Be Cause For Rejection. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Date14 Jan 2025
Tender AmountRefer Documents
2411-2420 of 2574 archived Tenders