Interior Tenders
Interior Tenders
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
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Solid Waste Management
United States
Details: Sources Sought Notice
sources Sought Notice
page 6 Of 6
sources Sought Notice
*= Required Field
sources Sought Notice
page 1 Of 6
description
this Sources Sought Notice Is Issued Solely For Information And Planning Purposes Only. This Is Not A Solicitation.
the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Sources Sought Notice In Accordance With (iaw) Far 15.201(e).
disclaimer
this Sources Sought Notice Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Sources Sought Notice That Is Marked As Proprietary Will Be Handled Accordingly. Iaw 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 Sources Sought Notice.
sources Sought Notice Description
this Is Not A Solicitation Announcement. This Is A Sources Sought Notice Only. The Purpose Of This Sources Sought Notice Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 339113 (size Standard Of 800 Employees). Responses To This Sources Sought Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice, A Solicitation Announcement May Be Published. Responses To This Sources Sought Notice Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement.
the Department Of Veterans Affairs (va), Regional Procurement Office West (rpow), Is Seeking Sources Who Can Possibly Provide Waste Disposal Unit That At A Minimum Meet The Brand Name And/or Can Possibly Provide An Equal Product For Dept Of Veteran Affairs Long Beach, Ca
brandname Information:
manufacturer & Part Number:
r5135 Freezer, Undercounter 5 Cubic Feet Helmer Scientific Iseries Ilf105-gx (brand Name Or Equal)
possible Capabilities:
under Counter Freezer
this Freezer Shall Have 5.3 Cubic Feet Capacity.
must Have Bacteria-resistant Powder Coating Both Exterior And Interior Finish.
must Have 2 Ventilated Shelves
temperature Range Of -15â°c To -30â°c And A -30â°c Temperature Set Point.
shall Have Front Touchscreen Display For User Interface.
must Fit Under An Ada Compliant Countertop, Have A Solid Door Standard, Rear Access Port, And Audible And Visual Alarms To Include Power Failure, High/low Temperature Alarms, Door Ajar, Condenser Temperature, And Low Battery Alarms.
shall Pair A Variable Capacity Compressor (vcc) And Natural Hydrocarbon (hc) Refrigerants To Provide Temperature Uniformity, Recovery, And Stability, Efficiently Manage Energy Consumption.
will Include U.s. Environmental Protection Agency Snap (significant New Alternatives Policy) Compliant Refrigerants, Energy Star Certified And Meet The Nsf/ansi 456 Vaccine Storage Standard Temperature Performance Requirements.
the Unit Must Be Purchased With The Stacking Kit, Model #400821-1 Which Includes The Hardware And Brackets To Stack 2 Units.
dimension: 28.4 D X 24.30 W X 31.90 H
quantity: 1
manufacturer & Part Number:
refrigerator U/c Or F/s, 5 Cubic Feet Helmer Scientific Iseries Ilr105-gx (brand Name Or Equal)
possible Capabilities:
medical-grade Refrigerator With Advanced Monitoring And Control.
has The Technology Capability Compressor (vcc) And Natural Hydrocarbon Refrigerants To Ensure Optimal Temperature Uniformity, Recovery And Stability, Efficiently Manage Energy Consumption And Meet Evolving Environmental Regulations.
optimized Temperature Uniformity, Recovery And Stability Create Best Environment For Sample Storage.
quiet Operation
storage Volume 5.3 Cu Ft (150 L)
temperature Range +2â°c To +10â°c
audible And Visual Alarms Include Power Failure, High And Low Temperature Alarms, Door Ajar, Condenser Temperature, And Low Battery
solid Door Standard
adjustable Powder-coated Shelves
rear Access Port
fits Under Standard Ada Compliant Countertop
set-point +4â°c
energy Star
dimension: 27 D X 24 W X 31 H
quantity: 3
manufacturer & Part Number:
possible Capabilities:
refrigerator, Chest, Large Temparmour Vaccine Refrigerator Bfrv84 (brand Name Or Equal)
temparmour Vaccine Refrigerator (model Bfrv84)
must Include And Have These Item Below:
temperature Stability And Uniformity Stays Within 2-8â°c (36-46â°f) Range Up To 6 Days When Power Cut (no Batteries Required) Phase Change Material (pcm) Must Lining For Uniform Temperatures
chest Configuration Traps Cold Air
no Backup Power, Or Remote Monitoring Required. Comprehensive Organization System Pharmaceutical Grade
power : 1 10-120v - 60 Hz
holds Approximately 200 Boxes Of 10 X 0.5ml Vials Or 70 Boxes Of J0 Single-dose Syringes (based On Typical Manufacturer Box Sizes) Low Power Consumption
includes Iso 17025-certified And Calibrated Data Logger And Min-max Thermometer
includes Calibrated And Certified Berlinger Data Logger (meets Cdc And Vfc Requirements)
includes 3 Top Baskets And 2 Bottom Baskets With Color-coded Handles With Labels
includes 1 Small And 1 Medium Tray
movable Dividers, Clip-on Tags
storage Cartridges For Vaccines And Medications Magnetic Organization Chart
magnetic Envelope For Document Storage On Outside Of Fridge
dimension: 28 D X 38 W X 35 H
quantity: 2
manufacturer & Part Number:
refrigerator, Chest, Small Temparmour Vaccine Refrigerator Bfrv36 (brand Name Or Equal)
possible Capabilities:
temparmour Vaccine Refrigerator (model Bfrv36)
must Include And Have These Item Below:
temperature Stability And Uniformity Stays Within 2-8â°c (36-46â°f) Range Up To 4 Days When Power Cut (no Batteries Required)
must Be Pharmaceutical Grade
phase Change Material (pcm) Must Lining For Uniform Temperatures
chest Configuration Traps Cold Air
no Backup Power, Or Remote Monitoring Required.
comprehensive Organization System
power : 1 10-120v - 60 Hz
holds Over 130 Boxes Of 10 X 0.5 Ml Vials Or 30 Boxes Of 10 Single Dose Syringes (based On Typical Manufacturer Box Sizes).
low Power Consumption
includes 1 Large And 1 Small Hanging Basket
includes 1 Small And 1 Medium Tray
includes Calibrated And Certified Berlinger Data Logger (meets Cdc And Vfc Requirements)
includes Movable Dividers, Clip-on Tags
includes Storage Cartridges For Vaccines And Medications
includes Iso 17025-certified And Calibrated Data Logger And Min-max Thermometer
includes Magnetic Organization Chart
includes Magnetic Envelope For Document Storage On Outside Of Fridge
minimum 2-year Parts And Service Warranty
minimum 5-year Compressor Warranty
dimension: 25 D X 26.5 W X 31 H
quantity: 2
training: Contractor Is To Provide A One-time Training At Installation Of Equipment. Government Will Not Require Additional Training.
warranty Of Equipment: Government Requirement For Standard Manufacturer Industry Warranty Term. Government Does Not Accept Extended Warranty, Which Requires Advance Payment.
delivery 60 Days Aro
if You Are Interested And Are Capable Of Providing The Sought-out Supplies/services, Please Provide The Requested Information As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions:
(1) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)?
(2) Is Your Company Considered Small Under The Naics Code Identified In This Sources Sought Notice?
(3) Are You The Manufacturer, Authorized Distributor, And/or Can You Provide Equivalent Solution To The Items Being Referenced Above?
(4) If You Are A Large Business, Do You Have Any Designated/authorized Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available).
(5) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified?
(6) If You Intend To Subcontract Any Work On This Contract, What Portion Of The Total Cost Will Be Self-performed/will Be Performed By Your Organization? Please Provide Estimated Detailed Percentage Breakdowns Related To Subcontracted Work And Completion Of Job.
(7) Does Your Company Have A Federal Supply Schedule (fss) Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract? If So, Please Provide The Contract Number.
(8) If You Are An Fss Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract Holder, Are All The Items/solution You Are Providing Information For Available On Your Schedule/contract? Please State If All Or Some Items Are Available On The Contract.
(9) Are The Items You Are Identifying/providing Considered Commercial Of The Shelf (cots) Items As Defined In Far Part 2.101 Under Commercial Items
(10) Please Indicate Whether Your Product Conforms To The Requirements Of The Buy American Act?
(11) General Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award.
(12) Please Submit Your Capabilities Statement Illustrating Your Organization S Ability To Meet The Described Salient Characteristics Or Equal To Items For Planning Purposes; Show Clear, Compelling And Convincing Evidence That All Equal To Items" Meet All The Salient Characteristics.
(13) Please Review Salient Characteristics And Provide Feedback Or Suggestions. If None, Please Reply As N/a.
(14) Please Provide Your Sam.gov Unique Entity Id/cage Code Number.
responses To This Notice Shall Be Submitted Via Email To Erica.perry-johnson@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Thursday, February 20, 2024, By 2 Pm Pst.
all Responses To This Sources Sought Notice Will Be Used For Planning Purposes Only. If A Solicitation Is Issued As A Result Of The Information Provided From These Sources Sought Notice, All Interested Parties Must Respond To That Solicitation Separately Iaw The Specifications Of That Solicitation Announcement.
responses To This Sources Sought Notice Is Not Considered A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
Closing Date20 Feb 2025
Tender AmountRefer Documents
Department Of Public Works And Highways Tender
Civil And Construction...+1Civil Works Others
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 24b00154 : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Upgrading/ Repair And Equipping Of Rhus - Bayombong Rural 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 24b00154: Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Upgrading/ Repair And Equipping Of Rhus - Bayombong Rural 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/ Upgrading/ Repair And Equipping Of Rhus - Bayombong Rural Health Center Contract Id No. : 24b00154 Location : Bayombong, Nueva Vizcaya Brief Project Description : Structural Works (excavation, Embankment, Gravel Fill, Steelworks, Structural Concrete, Laying Of Chb, Additional Columns, Removal And Replacement Of Roofing), Plumbing Works (construction Of Lined Canal, Septic Tank, Installation Of Sewer Line Works, Waterline Works, And Storm Drainage), Finishing Works (masonry, Plastering Interior Wall And Ceiling Painting Works, Ceiling Works, Installation Of Wall And Column Cladding, Tile Works, Removal And Replacement Of Doors And Windows) Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Removal Of Structures And Obstruction • 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 • Sewer Line Works • Storm Drainage And Downspout • Septic Tank, Chb • Sanitary/plumbing Fixtures • Cold Water Lines • Ceiling • Capentry And Joinery Works • Finishing Hardware • Fire Rated Fire Exit Steel Door • Aluminum Glass Doors, Swing Type • Aluminum Glass Windows, (sliding, Awning, Fixed) Type • Fabricated Metal Roofing Accessory, 0.60 Mm, (ridge/hip Rolls, Flashing & Gutters) • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Built-up And Preformed Membrane • (unglazed, Vinyl, Granite) Tiles • Floor Finishes • Cement Plaster Finish • Painting Works, Masonry/concrete • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Metal Structure Accessories, (bolts And Rods, Steel Plates) • Structural Steel (purlins) • Stainless Steel Railing Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Lighting Fixtures • Cctv System Mechanical Works • Airconditioning 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, 18 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. 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 February 04 - 24, 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 February 11, 2025, 11:00 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 24, 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 24, 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: February 04 - 10, 2025 Conspicuous Place (procurement Bulletin Board): February 04 - 10, 2025
Closing Date24 Feb 2025
Tender AmountPHP 5.9 Million (USD 103.1 K)
U S COAST GUARD USA Tender
Machinery and Tools
United States
Description: General Requirements
scope
intent. This Standard Specification Invokes General Requirements For Conducting Vessel Repairs Performed By Commercial Contractors At A Coast Guard Facility For Coast Guard Vessels.
references
coast Guard Drawings
coast Guard Drawing 26b-cb-iv-801-001, Rev -, Booklet Of General Plans
coast Guard Drawing 35-lri-ii-801-001, Rev -, General Arrangement
coast Guard Drawing 418a-wmsl 801-001, Rev A, Booklet Of General Plans
coast Guard Drawing 750-wmsl-320-579, Rev -, Electrical Installations Iwo New Aft Folding Cranes
coast Guard Drawing 750-wmsl-583-508, Rev -, Installations Iwo Aft Folding Cranes
coast Guard Fleet Drawing Fl-1702-11, Rev -, Inspection Of Sheaves
coast Guard Publications
coast Guard Technical Publication (tp) 7903, Swbs 583, Oct 2021, Aft Boat Handling System –model Fb90-28
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
surface Forces Logistics Center Standard Specification 5000 (sflc Std Spec 5000), 2022, Auxiliary Machine Systems
surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures
other References
the Society For Protective Coatings (sspc) Surface Preparation Specification No.11 (sspc-sp 11), 2020, Power Tool Cleaning To Bare Metal
3. Requirements
3.1 General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And In This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This Wi Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following Work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or Extensions To The Contract.
3.2 Materials. The Contractor Must Obtain All Of The Materials Required To Complete This Job With The Exception Of The Government-furnished Property Shown In Paragraph 1.2 Of Work Item.
3.3. Period Of Performance. The Period Of Performance Window For This Work Starts On 09 April 2025 And Ends On 01 July 2025.
3.4. Location. The Contractor Must Perform The Work While The Uscgc Midgett (wmsl 757) Is Alongside The Pier On 400 Sand Island Pkwy Honolulu, Hi 96819-4326
58310_mla_0225_418
item 1: Folding Boom Cranes, Biennial Maintenance, Perform
1. Scope
1.1 Intent. This Work Item Describes The Requirements For The Contractor To Inspect, Perform Maintenance, And Test Folding Boom Cranes Listed In Table 1.
table 1 – List Of Folding Boom Cranes
crane
location
manufacturer / Model Number
coast Guard Tech Pub
crane No. 2
main Deck, Port Side, Aft Of Frame 95
appleton Marine Inc. / Fb90-28
7903
crane No. 4
main Deck, Port Side, Aft Of Frame 90
appleton Marine Inc. / Fb90-28
7903
crane No. 3
main Deck, Stbd Side
appleton Marine Inc. / Fb90-28
7903
1.2 Government-furnished Property.
mti
item Description
nsn/pn
qty
estimated Cost ($/unit)
y
*cb-oth Mark Iv
(coast Guard Drawing 26b-cb-iv-801-001)
n/a
1 Ea.
n/a
y
*long Range Interceptor Ii
(lri-ii) Cutter Boat
(coast Guard Drawing 35-lri-ii-801-001)
n/a
1 Ea.
n/a
2. References
coast Guard Drawings
coast Guard Drawing 26b-cb-iv-801-001, Rev -, Booklet Of General Plans
coast Guard Drawing 35-lri-ii-801-001, Rev -, General Arrangement
coast Guard Drawing 418a-wmsl 801-001, Rev A, Booklet Of General Plans
coast Guard Drawing 750-wmsl-320-579, Rev -, Electrical Installations Iwo New Aft Folding Cranes
coast Guard Drawing 750-wmsl-583-508, Rev -, Installations Iwo Aft Folding Cranes
coast Guard Fleet Drawing Fl-1702-11, Rev -, Inspection Of Sheaves
coast Guard Publications
coast Guard Technical Publication (tp) 7903, Swbs 583, Oct 2021, Aft Boat Handling System –model Fb90-28
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
surface Forces Logistics Center Standard Specification 5000 (sflc Std Spec 5000), 2022, Auxiliary Machine Systems
surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures
other References
the Society For Protective Coatings (sspc) Surface Preparation Specification No.11 (sspc-sp 11), 2020, Power Tool Cleaning To Bare Metal
3. Requirements
3.1 General.
3.1.1 Cir. The Contractor Must Submit A Cir For The Inspections Listed In The Following Paragraph(s):
3.3 Inspect And Repair Task Particulars (task #1, #3 And #7)
3.1.2 Tech Rep. The Contractor Must Provide The Services Of An Oem Authorized/licensed Tech Rep For Appleton Marine Inc. Model Fb90-28 Cranes To Accomplish The Following Tasks On Site:
provide Manufacturer's Proprietary System/equipment Information, Software And Tools.
assist With And Ensure Compliance With Manufacturer's Procedures And Standards During Disassembly, Inspection, Repair, Modification, Calibration, And Reassembly Of The Equipment/system.
oversee Operational And Load Testing
3.1.2.1 The Contractor Must Submit The Name Of The Tech Rep To The Cor At The Arrival Conference.
3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection).
3.1.3.1 Protection Of Fine Surfaces. The Contractor Must Protect All Fine Surfaces In Accordance With Sflc Std. Spec 5000.
3.1.3.2 Hydraulic System Contamination Protection. The Contractor Must Maintain Existing Hydraulic Cleanliness In Accordance With Sflc Std. Spec 5000.
3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following:
piping
electrical Cables
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
3.2 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must Witness Coast Guard Personnel Perform An Initial Operational Test Of All Items Or Shipboard Devices To Be Disturbed, Used, Repaired, Or Altered, To Demonstrate Existing Operational Condition. Submit A Cfr.
3.3 Inspect And Repair Task Particulars. The Contractor With Tech Rep Support Must Perform Tasks Listed In Table 2 In Accordance With Sflc Std Spec 5000 And Tp 7903. The Cg Inspector Must Be Present For All Cir Inspections. See Applicable Drawings And Tech Pub In Section 2 For Technical Information And Installation Details.
table 2 – Task List
additional Requirements
#
task Type
qty
component Or Assembly
appendix And Para. From Sflc Std Spec 5000
other
tech Pub 7903
1
operate And Inspect
3
folding Boom Crane
3.2.1
submit A Cir. Document The Existing Software Program/version.
2
operate And Inspect
1
chest Pack (chest Pack Controls And Junction Boxes)
3.2.1
submit A Cfr.
note: There Is One Chest Pack. It Should Be Rotated Between All Three Cranes.
3
operate And Inspect
1
control Console
3.2.1
submit A Cir.
4
service & Inspect
&
groom & Lubricate
3
crane Assembly
3.2.2
perform All Preventive Maintenance Actions As Indicated On Table 4-1 Of Cg Tp 7903, Regardless Of Specified Interval. Inspect Hydraulic Hoses For Leaks, Abrasions, Swelling And Defects. Inspect Entire Folding Crane Assembly For Signs Of Leakage, Cracks, Structural Damage And Deformations. Submit A Cfr.
note 1: Only Check The Torque Of 25% Of The Turntable Bearing Mounting Bolts (4-3.18.1) – Include A Diagram Of The Bolts That Were Checked In The Cfr For This Section.
note 2: Take Off Removable Hose Sleeves And Hose Fitting Tape For Inspection, If Applicable. Reinstall Hose Sleeves And Fitting Tape Upon Completion Of Inspection.
5
service And Inspect
3
cranes (mechanical/hydraulic)
3.2.2
inspect Swing Drives, Swing Motor, Swing Manifold, Hydraulic Swivel, Slew Bearing, Slew Bearing Gear, Slew Bearing Bolts, Slew Bearing Wear Inspection (see Work Item Paragraph 3.6), Main Control Manifold, Wire Rope, Elr Manifold, Heel Pins, Jib Pins, Telescope Cylinders, Slide Pads, Jib And Luffing Cylinders, Sheaves, Crane Block Assembly, 10 Ton Hook, Snatch Block, Winch, Constant Tension System, Overhaul Ball. Fasteners, Submit A Cfr.
6
partially Preserve
3
folding Boom Crane Assembly
3.2.4, 3.2.4.3.2, 3.2.4.4, And 3.2.4.5.1
7
hydraulic Lube Oil Analysis
3
hydraulic System
c2.1.3.1
submit A Cir.
8
service And Inspect
1
hydraulic Power Unit (hpu)
3.2.2
inspect Prime Mover/link Motor, Hpu Pumps, Hpu Reservoir, Hpu Tank Heaters, Oil Cooler, Hpu Manifold And Hoses. Hpu Temperature Transmitter, Hpu Display, Hpu Controls, Joysticks And Control Cabinet In Accordance With Tp 7903.
9
system Relief Valves, Switches And Indicators
1
hydraulic System
in Accordance With Tp 7903, Verify Set Points, Adjustment And Calibration On:
pump Compensator Relief Valve
system Relief Valve.
winch Limit Adjustment.
load Monitor Indicators
crane Position Indicators
submit A Cfr.
10
disassemble And Inspect
1
hydraulic Oil Heat Exchanger
3.2.3
disassemble To The Minimum Extent Necessary To Clean The Heat Exchanger.
11
service And Inspect
2
hydraulic System
crane Motor A And B
3.2.2
perform Insulation Resistance Test In Accordance With Ansi/easa Ar 100-2020.and Section 3 Of Tp 7903. Submit A Cfr.
12
service And Inspect
3
cranes
(electrical)
3.2.2
inspect Load Pin, Boom Angle Transducer, Jib Angle Transducer, Swing Angle Encoder, Length Transducer, Turret Enclosure, Flood Lights And Electrical Cables.
13
operational And Weight Test
3
folding Boom Crane Assembly
perform In Accordance With Paragraph 3.5 Of This Work Item.
14
fabricate And Install
3
label Plate
b2.9
name Plate Must Also Include Additional Information Of Dynamic Load Test, Brake Test And Wll Weights.
3.3.1 Materials. The Contractor Must Provide All Parts (i.e. All Greases, Lubricating Oils, Hydraulic Fluid, Hydraulic Oil Filters, Tank Breather Elements And Other Miscellaneous Materials) And Materials Including, But Not Limited To, The Items Listed In Table 3 Below, To Conduct The Required Maintenance Actions Listed Above.
table 3 – List Of Parts
quantity
part Number
description
source Of Supply
1
ymd-8861-r
hpu Hydraulic Return Filter
appleton Marine Inc.
1
ymd-10416
hpu Hydraulic Return Filter
2
ymd-12209-r
pressure Filters (for Crane No.2 & 4)
1
ymd-12234-r
(0280d005bh4hc)
pressure Filters (for Crane No.3)
1
ymd-12234-r
(0060d005bh4hc)
pressure Filters (for Crane No.3)
3.3.2 Hose Inspection. The Contractor Must Visually Inspect The Condition Of All Flexible Hoses; Tp7903 Has A Comprehensive List Of Hoses And Their Locations. Submit A Cfr With The Following:
hose Number
hose Physical Condition
service Life Dates (date For Required Hose Renewal; If Not Specified, Add Twelve Years To Installation Date)
3.3.2.1 If Not Present, The Contractor Must Provide New Hose Tags, In Accordance With Sflc Std Spec 5000, Paragraph C2.2.1.4. Ensure Tag Color Coding Of Black On Natural Or Black On White. Ensure That Tags Must Be Attached Using Materials That Will Not Damage Hose Assembly In Any Way Or Interfere With The Normal Flexing Motion Of The Hose.
3.3.2.2 The Contractor Must Stamp, Engrave, Or Etch The Following Information On Each Tag. Handwritten Information On Each Tag Is Not Acceptable. Utilize The Cutter’s Hose Log For Information As Necessary.
hose Log Item Number (serial Number)
hydrostatic Test Pressure (psi)
hydrostatic Test Date (dd/mm/yy)
service Life (replacement Date) Date (qtr "q"/fy)
a-team: Please Discuss Keeping Or Removing Paragraph 3.3.2.3 Below. This Information May Be Used To Help Populate The Cutter’s Hose Log. If The Hose Log Is Already Populated, Or If Ship’s Force Can Perform This Inspection Instead, Remove Paragraph 3.3.2.3 From This Work Item.
3.3.2.3 Hose Fitting Documentation. The Contractor Must Inspect Each Hose And Document The Information Listed Below. A Template For The Information Will Be Provided By The Cor. Submit A Cfr With The Information For Each Hose In Microsoft Excel Format.
hose Number
system
description (i.e. #1 A/c Inlet)
location (compartment Number)
length (in.)
part No.
material
size (in.)
fitting #1
fitting #2
design Pressure (psi)
hydrostatic Pressure (psi)
3.4 Preservation Requirements. The Contractor Must Perform The Following Work To Accomplish The First Bulleted Requirement Of Sflc Std Spec 5000 (para 3.2.4.3.2).
3.4.1 All Other Requirements As Specified From Sflc Std Spec 5000 Regarding “partially Preserve” Remain Applicable.
3.4.2 In Addition To Partial Preservation, Abrade Entire Crane Surface And Provide Aesthetic Topcoat.
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
note
certain Water Weight Bags May Be Too Large To Fit Within The Notch. Ensure Test Weights Are Able To Fit Within The Notch To Accomplish All Testing.
caution
do Not Exceed The Working Load Limit (wll) Of The Cranes For Any Of The Tests Listed In Appendix A, Cg Tp 7903. Exceeding The Wll Could Result In Equipment Damage And/or Personnel Injury.
3.5 Operational And Weight Testing. The Contractor Must Perform The Following Test Items From Appendix A Of Cg Tp 7903. Record All Testing Data In Appendix A, Cg Tp 7903 (as Required), Submit Via Cfr.
item 2.0 - Individual Crane Tests
perform All Tests And Record All Data In This Section Except Item 2.1 (static Load Test).
item 3.0 - Dual Crane Controls, Crane #2 & 4 - Boat Handling
starting With Both Cranes In The Stowed Position, In Dual Control Mode, Transfer A Boat From Launch Position #1 To Launch Position #5, Then Back To Launch Position #1. Move The Cranes Back To Their Stowed Position.
recorded Measurements Of Height, Angle, Position, And Time Are Not Required.
perform This Test One Time.
item 4.0 - Crane #3 - Boat Handling
starting With Crane In The Stowed Position, Transfer A Boat From Launch Position #1 To Launch Position #3, Then Back To Launch Position #1. Move The Crane Back To The Stowed Position.
recorded Measurements Of Height, Angle, Position, And Time Are Not Required.
perform This Test One Time.
item 5.0 - Crane & Hpu Functional Test
task #2 Of The Work Item Satisfies Item 5.3.6 (remote Chest Pack).
submit All Test Data In This Item.
item 6.0 - C.t. Winch Function
this Test Does Not Need To Be Performed In Conjunction With Any Other Test As Indicated In Item 6.2. The Test Will Be Conducted Pier Side With Test Weight(s) Totaling 9,500 Lbs. Suspended By Ktr Provided Crane.
do Not Perform Item 6.4 (objective Boat Handling)
submit All Test Data For Section 6.3.
item 7.0 - Crane Safety Features
perform All Tests And Submit All Test Data In This Item.
item 9.0 - Testing Witnessed And Accepted By
submit With Testing Results.
3.5.1 The Contractor Must Supply Weights And A Certified Dynamometer To Conduct Load Testing.
used During Testing For Traceability Purposes, Submit Cfr With Certification Details.
3.5.2 Utilize Test Weights That Will Ensure The Boom Can Be Extended Horizontal In The Notch.
3.5.3 Perform All Testing In The Presence Of The Coast Guard Inspector And The Tech Rep.
3.5.4 Perform All Testing With Cutter At Or Near 0-degree Trim And 0-degrees List.
3.6 Bearing Wear Inspection. The Contractor Must Conduct A Bearing Wear Inspection Of The Turntable Bearing, For All Cranes In Table 1, In Accordance With Cg Tp 7903 Appendix B. Submit A Cfr With Test Results As Compared With The Baseline Measurements In Appleton Marine’s Database.
3.7 Calibrated Equipment. Record Calibration Details, Including Serial Number, For All Calibrated Equipment Used While Conducting This Work Item. Submit Via Cfr.
3.8 Operational Test, Post Repairs. After Completion Of Work, The Contractor Must Thoroughly Test, In The Presence Of The Coast Guard Inspector And Demonstrate All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed To Be In Satisfactory Operating Condition. Submit A Cfr.
3.9 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Exterior And Interior Surfaces To Match Existing Adjacent Surfaces, In Accordance With Sflc Std Spec 6310. Abide By All Touch-up Requirements Outlined In Sflc Std Spec 6310.
4. Notes
this Section Is Not Applicable To This Work Item.
this Will Be Awarded Based Off Of Past Performance And Lowest Price Technichally Acceptable.
Closing Date3 Mar 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
Wohn und Pflegezentrum Havelland GmbH Tender
Others
Germany
Details: Construction work is being put out to tender for the conversion of a nursing home into a psychiatric-psychosomatic specialist clinic of Havelland Kliniken GmbH. A four-storey solid building with a partial basement and a flat roof is being converted for clinical use by three nursing stations, a day clinic and a psychiatric outpatient clinic Pia. The construction work affects the interior of the building, the outer shell remains unchanged. The subject of this tender is the conversion of eight ground floor windows by replacing one window sash each with fixed glazing and a ventilation flap.
Closing Date28 Jan 2025
Tender AmountRefer Documents
Geb Udewirtschaft Cottbus Gmbh Tender
Others
Germany
Details: - Earthworks (excavation pits, pipe trenches), drainage work (underground pipes, infiltration trenches) - Underpinning of neighboring buildings, concrete and reinforced concrete work (cellar walls, under/overlays, ring beams, ceilings, balconies and arcades, stairs) - Masonry work (load-bearing masonry made of sand-lime brick, non-load-bearing masonry made of aerated concrete in new buildings, selective interventions in existing buildings) - Insulation and sealing of underground and adjacent components - Demolition work (window parapets, interior walls, selective ceilings and stairs) - Disposal of hazardous substances
Closing Date15 Jan 2025
Tender AmountRefer Documents
Undersecretary Department Of Justice And Interior Of The Generalitat Valenciana Tender
Others
Spain
Purchaser Name: Undersecretary Department Of Justice And Interior Of The Generalitat Valenciana | Spain – Various Office Equipment And Supplies – Suministro Material De Oficina No Inventariable A Los Órganos Judiciales, Fiscalías, Registros Civiles E Institutos De Medicina Legal Y Ciencias Forenses De La Comunitat Valenciana No Contemplado En El Am 3/23 Cc Para El "suministro De Material De Oficina E Informático No Inventariable A La Administración De La Generalitat, Su Sector Público Instrumental Y Entidades Adheridas."
Closing Date9 Jan 2025
Tender AmountEUR 252.9 K (USD 259.8 K)
Water Of The Interior North, E I M , S A Tender
Civil And Construction...+1Building Construction
Portugal
Purchaser Name: Water Of The Interior North, E I M , S A | Contract for the execution of "closing of Sar nets in various places in the municipality of Vila Real"
Closing Date26 Jan 2025
Tender AmountEUR 3.3 Million (USD 3.4 Million)
Undersecretary Department Of Justice And Interior Of The Generalitat Valenciana Tender
Civil And Construction...+1Civil Works Others
Spain
Purchaser Name: Undersecretary Department Of Justice And Interior Of The Generalitat Valenciana | Accessibility Improvement Works and Detainee Area at the Judicial Headquarters of Elda
Closing Date6 Feb 2025
Tender AmountEUR 363 K (USD 377 K)
3771-3780 of 4032 archived Tenders