Manpower Tenders
Manpower Tenders
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
time Of Delivery (june 1997)|20|||||||||||||||||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00383|tbd|tbd|tbd|tbd|||||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
value Engineering (jun 2020)|3||||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (jan 2023)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
limitation Of Liability--high-value Items (feb 1997)|1||
limitations On Pass-through Charges (jun 2020)|1||
alternate A, Annual Representations And Certifications (nov 2023)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American--balance Of Payments Program (feb 2024)|1||
royalty Information (apr 1984)|1||
annual Representations And Certifications (may 2024)|12|336413|1250|||||||||||
facsimile Proposals (oct 1997)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
proposal Date Is Updated To 7 March 2025.
\
the Purpose Of This Amendment Is To Incorporate The Following Change:
1. The Quantity Is Increased By Qty 5 To Qty 7.
\
this Solicitation Will Be Using Competitive Procedures. This Requirement Will Be Limited To Government Government Approved Sources. Submission Of An Offer Indicates Acceptance Of, And Compliance With, The Requirement To Be An Approved Source For This Item.
the Basis Of Award Will Be Trade-off. Offers Will Be Evaluated Based On The Non-price Factors Of Capacity, Delivery, And Past Performance, And When Combined, Those Non-price Factors Being More Important Than Price. Proposal Submission Should Include Non-price
factors And Price Information. Price Will Still Be A Factor In Determining The Awardee.
relevant Past Performance Demonstrates The Offeror's Past Performance Manufacturing (or Repair) An Item Of The Same Or Similar Scope, Complexity And Magnitude Relative To The Instant Requirement. The Submission Of Past Performance Should Be Limited To Three
relevant Contracts.
the Closing Date For This Solicitation Is Listed On Page 1.
the Proposal May Be E-mailed To The Below Address And Must Be Received On Or Before 2:00 Pm Est Of The Closing Date.
offers Received After The Closing Date Are Considered To Be Late And Will Not Be Considered For Award.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile,
or Sent By Other Electronic Commerce Methods, Such As E-mail. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To Issue Contractual Documents As Detailed Herein.
\
1. Scope
1.1 . Markings Shall Be In Accordance With Mil-std-130.
1.2 Pre-award / Post Award Requirements:
due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended.
1.3 . The Contractor Shall Include On The Detailed Process/operation Sheets Developed, (1) All In House Manufacturing Processes And (2) The Identity Of All Manufacturing Sources Performing Processes/operations Outside Their Facility. These Sheets Shall Not Be
revised Or Altered After The Successful Completion Of First Article Or Production Lot Testing Without Approval From The Basic Design Engineering Activity, Via The Pco.
1.4 . Unless Otherwise Specified, For Fabricated Parts, The Inspection
method Sheets/ Final Inspection Sheets Shall List The Characteristics
of Each Item Produced Under The Contract.
the Manufacturer Shall Be Required To Provide Certifications Of All Raw
material Including Castings And Forgings. The Material Source Shall Be
identified And The Documentation Shall Be Able To Identify The Customer
and/or Contract Number. The Manufacturer Shall Maintain All Raw Material
documentation For A Minimum Of Ten (10) Years.
the Contractor Is Responsible For Providing Completed Inspection Method Sheets/final Inspection Sheets Showing The Actual Dimensions Taken For
all Characteristics,in Addition, Critical Characteristics Shall Be
annotated.
1.5 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved
will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The
sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation:
(a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The
same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval.
(b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors.
(c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents.
(d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings,
forgings, Etc.
(e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics
should Be Discernible From All Other Characteristics.
the Above Requirements Are A Subset Of Requirements Specified In The Aso
source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With
mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval
brochure.
the Contractor Shall Notify Navicp Code 072 When Material Required By This Contract Has Been Shipped To Destination.this Shall Be Accomplished By Sending
a Copy Of The Dd Form 250, Material Inspection And Receiving Report To:
naval Inventory Control Point
attn: Code 072
700 Robbins Avenue, Phila., Pa 19111
or By Submitting A Facsimile To Fax: (215)697-2524, Attn: Code 072.
1.6 Sampling Rates (aqls) Indicated Below Shall Be Used In Accordance With
ansi Z1.4 For Single Sampling And A General Inspection Level Of Ii.
1.7 In Addition To The 100% Pco Mandatory, Critical And Major Characteristics,
attributes For Plating, Hardness And Non-destructive Testing Will Be Inspected
one Hundred Percent.
1.8 Contractor Shall Develop A System For Identification Of Individual
piece Parts For Traceability Purposes. Markings Shall Not Be Permanent.
1.9 An Aql Of 1.5 Will Be Used For Class 3 Threads And Dimensions, And
geometric Feature Controls With A Tolerance Range Of .010 Or Less.
1.10 For Minor Characteristics, A Sampling Rate Determined By The Contractor
and Subject To Qar Approval Will Be Used.
1.11 The Material Covered In This Contract/purchase Order Will Be Used In A
crucial Shipboard System Enabling The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems Or Loss Of Aircraft. Therefore,the Material Has Been
designated As Critical Material And Special Control Procedures Are Invoked
to Ensure Receipt Of Correct Material.
1.12 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;nawc Lakehurst; Drawing Number ( ;34000d1532801; ) ;rev "c" ; , Revision ;applies; And All Details And Specifications Referenced Therein.
1.13 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not
be Provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced
specification.
1.14 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c.
2. Applicable Documents
drawing Data=mpr 1222 |80020| A| |d| | | |
drawing Data=mpr 1223 |80020| C| |d| | | |
3. Requirements
1.unique Requirements:
a.all Records Pertaining To Alre Csi/cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Technical Authority. All Records Shall Be Maintained By Lke Qa And By The Manufacturer For A Period Of Seven Years.
2. Interim Inspection Requirements: The Following Item(s) Requires An Interim Inspection At The Contractor's Location:
a. P/n 34000d1532801, Aft Bogey Assembly (csi):
i. Witness Of Torque Per Notes 2, 3, 4, And 5 Of Drawing 34000d1532801 (m101-m104).
b. P/n 34000d1532802, Aft Bogey (csi):
i. Verification Of Material Properties Per Note 3 Of Drawing 34000d1532802 (c101).
ii. Witness Of Hardness Testing Per Note 3 Of Drawing 34000d1532802(c101).
iii. Witness Of Ultrasonic Testing Per Note 3 Of Drawing 34000d1532802iv. Witness Of Penetrant Inspection Per Note 5 Of Drawing 34000d1532802 (m101).
v. Witness Of Torque Per Note 8 Of Drawing 34000d1532802 (m102).
vi. Witness Of Dimensional Inspection Per Drawing 34000d1532802 (c102-c106, M103-m105).
c. P/n 34000d1532803; Wheel Assy, Horizontal, Aft (csi):
i. Witness Of Torque Per Notes 4 And 5 Of Drawing 34000d1532803 (m101, M102).
d. P/n 34000d1532804; Bracket, Horiz, Wheel, Aft (csi):i. Verification Of Material Properties Per Note 4 Of Drawing 34000d1532804 (c101).
ii. Witness Of Hardness Testing Per Note 4 Of Drawing 34000d1532804 (c101).
iii. Witness Of Ultrasonic Testing Per Note 4 Of Drawing 34000d1532804(c101)/ Iv. Witness Of Penetrant Inspection Per Note 9 Of Drawing 34000d1532804(m101).
v. Witness Of Dimensional Inspection Per Drawing 34000d1532804 (c102).
the Contractor Shall Assist On The Conduct Of The Interim Inspection(s) As Described Herein. The Contractor Shall Provide Adequate Facilities, Inspection Equipment, And Skilled Personnel, To Support The Nawcadlkenspector In The Conduct Of The Interim
inspection(s). The Contractor Shall Provide Gauges, Tools, Fixtures, And Jigs Necessary To Perform The Inspections.the Contractor Shall Also Provide Sufficient Rigging/material Handling Services And Manpower To Setup/configure/operate Equipment& Machines Used
to Accomplish The Inspection Task. This Contractorssist Requirement Shall Be Applicable To 100% Of The Production Quantitiesand As A Minimum, Include Inspection Of All (100%) Interim Inspectionrequirements Identified Above.
3. Alre Csi Parts Require Certification. When Certified, An Alre Part Is Marked With A Material Identification Code(mic). Nawcadlke Qa Will Provide The Mic To Dcma If The Component Is Source Accepted, And After Receipt Of All Aassociated Data. Application Of
mic Shall Be In The Same Methodology As The Drawing Note For Part Marking, And In Same Area As Partmarking (next To, Above, Or Below).
4. Receipt Inspection And Certification Of Sub-components:
a. P/ns 34000d1532802, 34000d1532803, And 34000d1532804 Shall Be Certified At The Time Of Interim Inspection. Parts Will Be Certified And Markedas Directed By Nawcadlke Prior To Assembly. Contractor Assist Andmarking As Specified Below Applies.
5. Receipt Inspection And Certification Of The Top Assembly:
a. The Receipt Inspection And Certification Of The Top Assembly Shall Occur During The Final Inspection. Contractor Assist And Part Marking As Specified Below Applies.
6. Contractor Assist And Part Marking:
a. The Contractor Shall Assist On The Conduct Of The Inspections (both Final And Interim) Required That Are Necessary To Certify The Critical Items 6. Contractor Assist And Part Marking:
a. The Contractor Shall Assist On The Conduct Of The Inspections (both Finalnd Interim) Required That Are Necessary To Certify The Critical Items Specified Herein. The Contractor Shall Provide Adequate Facilities, Inspectionequipment, And Skilled Personnel, To
support The Nawcadlke Inspectorin The Conduct Of The Interim Inspection(s). The Contractor Shall Provide Gauges, Tools, Fixtures, And Jigs Necessary To Perform The Inspections. The Contractor Shall Also Provide Sufficient Rigging/material Handlingservices And
manpower To Setup/configure/operate Equipment & Machines Used To Accomplish The Inspection Task. This Contractor Assist Requirement Shall Be Applicable To 100% Of The Production Quantities. As Part Of The Mri Process, The Nawcadlke Qa Representative Will
provide, In Writing, A Certification Number Along With Direction For Marking Thecritical Safety Items (csi).
4. Quality Assurance
4.1 Review Documentation As Provided Under Dd 1423 Requirements.
4.2 Critical Manufacturing Processes
( ;n/a; ) Heat Treat
( ;applies; ) Welding
( ;n/a; ) Cadmium Plating
( ;n/a; ) Engineering Chrome Plating
( ;n/a; ) Nickel Chrome Plating
( ;n/a; ) Casting(s)
( ;n/a; ) Forging(s)
( ;mpr 1222, Mpr 1223; ) Mpr (material Processing Requirements)
4.3 The Test To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below
4.3.1 Dimensional Test (special)
;close Machine Tolerances, Hardness Test;
4.3.2 Requirements Of:
;lke Drawing Package;
4.3.3 Form
;applies;
4.3.4 Fit
;n/a;
4.3.5 Function
;n/a;
4.3.6 Compliance With Drawing ( ;80020; ) ;34000d1532801; , Revision ;c; And Specifications Referenced Therein.
4.4 In Addition To The Above Tests, The First Article(s) To Be Inspected Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With The Contract Requirements
4.5 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Inspection
4.6 The Contractor Shall Notify The Pco, Aco, And Qar Fourteen (14) Days Prior To Conducting The First Article Test So That The Government May Witness Such Testing.
4.6.1 The Qar Shall Be Present To Witness All First Article Testing.
4.6.2 The Following Additional Personnel Shall Witness The First Article Testing: ;lonnie White Nawc Qa Rep At Fax (732) 323-4986;
4.7 Disposition Of Fat Samples
4.7.1 ; ; Sample(s) May Be Destroyed During Testing.
4.7.2 ;applies; Unless Otherwise Provided For In The Contract, Sample(s) Shall Remain At The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The
sample(s) Have Inspection Approval Of The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment.
4.8 Test Sample Coating Instructions
4.8.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative If Required.
4.9 Notice To Government Of Testing At The Contractors Facility.
4.9.1 Far 52.209-3 Applies
(a) The Contractor Shall Present ;one; ; Unit(s) Of The Following Cage( ;80020; ; ), Part Number ;34000d1532801; ; , Revision ;c; ; As Specified In This Contract. At Least Fourteen (14) Calendar Days Before The Beginning Of The First Article Testing, The
contractor Shall Notify The Contracting Officer, In Writing, Of The Time And Location Of The Testing So That The Government May Witness The Tests.
(b) The Contractor Shall Submit The First Article Test Report Within 15 Calendar Days From The Date Of Testing To: ;pco; ;
the Contractor Shall Mark The Report "first Article Test Report" And Cite The Contract Number And Lot/item Number. Review Documentation As Provided Under The Dd1423 Requirements.
(c) Within 45 Calendar Days After The Government Inspects The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional
approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The
contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval.
(d) If The First Article Is Disapproved, The Contractor, Upon Government Request Shall Repeat Any Or All First Article Tests. After Each Request For Additional Tests, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First
article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Then Conduct The Tests And Deliver Another
report To The Government Under The Terms And Conditions And Within The Time Specified In Paragraph B Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any
additional Costs To The Government Related To These Tests.
(e) If The Contractor Fails To Present Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract.
(f) Unless Otherwise Provided In The Contract, And If The Approved First Article Is Not Consumed Or Destroyed In Testing, The Contractor May Deliver The Approved First Article As Part Of The Contract Quantity If It Meets All Contract Requirements For
acceptance.
(g) If The Government Does Not Act Within The Time Specified In Paragraph (c) Above The Contracting Officer, Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates
and/or The Contract Price, And Any Other Contractual Term Affected By The Delay.
(h) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Or, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be
allocated To This Contract For 1) Progress Payments, Or 2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government. The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts, And Repair
of The First Article During Any First Article Test.
(i) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To The Effect With Each First Article.
(j) The Test Report (2 Copies) Shall Be In Accordance With Mil-std-831, Unless Otherwise Specified On The Dd1423, And Shall Be Submitted Via The Cognizant Dcmc To Navsup, Attn: (cite Name And Code In Block 10.a Of The Sf33). The Dcmc Shall Provide Comments On
form Dd1222 (2 Copies) Which Shall Be Forwarded With The Test Report. Approval Of The Test Report Is The Pco's Responsibility. Upon Notification Of Approval, Condition Approval, The Aco Shall Execute The Dd250 To Indicate Government Acceptance Of The Test
report.
4.10 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate)
(a) Unless Otherwise Specified In The Solicitation, Navsup Wss Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The
original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That:
(i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And
(ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run.
additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That:
(i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer,
and
(ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause.
(note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States
code, Section 1001.)
(b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And
one That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First
article Approval Requirements
(c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The
government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule
he Offers To The Government.
Offeror's Proposed Alternate Delivery Schedule
(based On Waiver Of First Article Approval Requirements)
within Days:
item No. _____________ Quantity:_______ After Date Of Contract:_________
4.11 . Mandatory Inspection Requirements:
100% Procurement Contracting Officer (pco) Mandatory Inspection Is Required And Shall Be Accomplished At Source Under The Surveillance And Final Approval Of The Cognizant Dcmao Quality Assurance Representative (qar).
during Production, Mandatory Inspection Is Required To Be Accomplished By The Contractor As Follows:
A. Level Of Inspection (loi).
1. Critical Characteristics: 100% Inspection Shall Apply.
2. Major And Minor Characteristics: Loi Shall Be In Accordance With A Sampling Plan Acceptable To The Qar.
B. Critical Characteristics:
;the Contractor Shall Accomplish 100% Inspection And/or Testing Of All Critical,and/or Requirements Identified In The Drawings, Drawing Notes, And Process And Results Shall Consist Of Actual Dimensions, Measurements, And Test Outcomes Andincluded In The
first Article Test Report.
certifications To Be On File For A Minimum Of Seven Years After Delivery Of Contract.;
C. Major And Minor Characteristics
1. Shall Be Defined By The Contractor Subject To Qar Concurrence, Unless Defined On Applicable Drawings And Associated Specifications.
4.12 Special Inspection Requirements
( ;n/a; ) Magnetic Particle Inspection
( ;applies; ) Surface Inspection
( ;applies. Liquid; ) Penetrant Inspection
( ;n/a; ) Radiographic Inspection
( ;applies; ) Ultrsonic Inspection
( ;n/a; ) High Shock Test
( ;n/a; ) Mechanical Vibration Test
4.13 Final Inspection Requirement:due To The Critical Nature Of This Item, Representatives Of The Buying
office/and The Cognizant Field Activity, Nawc Lakehurst, Shall Be Notified By The Successful Contractor At Least 14 Days Prior To Presentation To The Dcm Qar Of The Items For Final Inspection So That They May Have The Option Of
witnessing The Final Inspection. The Contractor Shall Notify By Email Or
telefax Pco And Nawc Lakehurst Qa ;lonnie White Nawc Qa Rep At Fax (732) 323-4986; To Arrange For The Final Inspection.the Authority Of The Qar Shall Not Be Abrogated. If The Notification Is Not Given To Both Sites Then The Qar Shall Not Accept The Units.
quality Assurance Requirements
1. First Article Testing:
the Contractor Shall Conduct First Article Testing On This Item Of Alre/se And Must Address All Elements Listed Below And Prepare A First Article Test Report Documenting The Outcome. Unless Otherwise Specified, The Report And Its Acceptance Shall Be Per The
provisions Of The Applicable Contract Data Requirements List (cdrl).
a. Requirements:
i. First Article Quantity Is One (1); In Uncoated Condition.
ii. The First Article Shall Be Available For Government Evaluation Per The Contract Schedule. The Evaluation Shall Be Conducted In The Presence Of The Government Personnel. Accordingly, The Contractor Shall Allow Time To Arrange For Nawc Participation In
accordance With The "nawcadlke Inspection Witness Option";
iii. The Contractor Shall Provide Facilities And Personnel Sufficient To Conduct All Necessary Tests To Establish Conformance;
iv. The Contractor Shall Have Available For Review All Certifications, Test Repin-process Inspection Documents Needed To Substantiate Product Quality; This Same Documentation Shall Also Be Included In The First Article Test Report;
v. The Contractor Shall, At The Time Of First Article, Have Corrected Any Problareas Deemed Significant And Documented As Deficient By The Government Within His/her Quality Assurance System Not Previously Identified During Prior Evaluations And/or Surveys; Any
problems Identified During The Conduct Of The Test Will Also Require Correction.
b. Testing And Evaluation:
i. The Contractor Shall Accomplish 100% Inspection And/or Testing Of All Critic Major, And Minor Dimensions And/or Requirements Identified In The Drawings, Drawing Notes, And Process And Fabrication Specifications. Results Shall Consist Of Actual Dimensions,
measurements, And Test Outcomes And Shall Be Recorded And Included In The First Article Test Report.
c. Acceptance/reject Criteria:
i. Satisfactorily Meeting All Requirements Cited In Paragraph 7a And Satisfactorily Demonstrating 100% Conformance To The Test And Evaluation Elements Cited In Paragraph 7.b Shall Constitute Acceptance Of The First Article.
ii. Failure To Meet Any Of The Conditions In Paragraph 7.a And 7.b Shall Be Cause For Rejection.
d. Delivery:
i. The Accepted First Article Exhibit May Be Delivered And Counted Along With The Contract Production Quantities Providing The Item Has Not Been Damaged During Testing, And Has Been Found To Be Conforming;
ii. The Contractor Is Responsible For Preparing The First Article Test Report In Accordance With Cdrl's.
/2. Production Lot Special Tests: N/a
3. For Purposes Of This Tdr, The Term Ndt Shall Refer To The Following Methods: Mt - Magnetic Particle Testing, Pt - Penetrant Inspection, Ut - Ultrasonic Testing, Rt - Radiographic Testing, And Vt - Visual Testing.
4. Companies Performing Ndt Shall Be Nadcap Accredited, Or A Laboratory Accredited By One Of The Organizations Listed Below As Satisfying Iso 17025 (general Requirements For The Competence Of Testing And Calibration Laboratories). Ndt Certificates Shall Be Bear
the Symbols Of Accreditationand The Accreditation Body.
a. American Association For Laboratory Accreditation (a2la)
b. Ansi National Accreditation Board (anab)
c. International Accreditation Service, Inc. (ias)
d. National Voluntary Laboratory Accreditation Program (nvlap)
e. Perry Johnson Laboratory Accreditation, Inc. (pjla)
f. Canadian Association For Laboratory Accreditation Inc. (cala)
g. Standards Council Of Canada (scc)
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
this Is A Alre Critical Safety Item. For Drawing Updates, See Attached Nawc Lke Drawing Update Sheet.
navsup Reference Only: Procurement Tdr 23-10116a,
the Components Being Acquired Under This Solicitation Have Been Classified As "critical" Requiring Engineering Source Approval By Naval Air Systems Command Only Those Companies Who Have Subm& Been Approved Will Be Eligible For Award Under This Solicitation Any
company Submit A Source Approval Request As Outlined In This Solicitation.
\
date Of First Submission=asreq
16. Remarks Inspection/certification Data Needed To Substantiate The Quality Of The First Article Test Unit Shall Be Included In First Article Unit Packaging. The Outside Of The Package That Contains The Data Shallbe Clearly Marked "inspection/certification Data
included".
data Requirements:
a. Copies Of All Approved Requests For Variations.
b. Torque Per Drawings 34000d1532801, 34000d1532802,34000d1532803.
c. Material And Mill Certifications Per Specification, 34000s1580220nd Drawings 34000d1533125, 34000d1530225, 34000d1530216, 34000d1533117,34000d1532961, 34000d1532893, 34000d1532894, 34000d1532960,34000d1562962, 34000d1572525, 34000d1532802,34000d1532804.
d. Ultrasonic Inspection Per Drawings 34000d1532804, 34000d1532802.
e. Hardness Per Drawings 34000d1532802, 34000d1532804, 34000d1572525.
f. Dimensional Inspection Per Drawings 34000d1532802, 34000d1533125,g. Identification Per Drawings 34000d1532802, 34000d1532803,34000d1532804, 34000d1533125, 34000d1530225, 34000d1530216,34000d1533117, 34000d1532961, 34000d1532893, 34000d1532894,34000d1532897,
34000d1532898, 34000d1532960, 34000d1562962,34000d1572525.
h. Liquid Penetrant Inspection Per Drawings 34000d1532802,34000d1532804, 34000d1533125, 34000d1530225, 34000d1530216,34000d1533117, 34000d1530223, 34000d1530213.
i. Welding Per Navsea S9074-ar-gib-010/278 Per Drawing34000d1530213, 34000d1530223.
j. Visual Inspection Of Welds Per Drawing 34000d1562962.
date Of First Submission=asreq
data Requirements:
a. Copies Of All Approved Requests For Variations.
b. Torque Per Drawings 34000d1532801, 34000d1532802,4000d1532803.
c. Material And Mill Certifications Per Specification, 34000s1580220and Drawings34000d1533125, 34000d1530225, 34000d1530216, 34000d1533117,34000d1532961, 34000d1532893, 34000d1532894, 34000d1532960,34000d1562962, 34000d1572525, 34000d1532802,34000d1532804.
d. Ultrasonic Inspection Per Drawings 34000d1532804, 34000d1532802.
e. Hardness Per Drawings 34000d1532802, 34000d1532804,34000d1572525.
f. Dimensional Inspection Per Drawings 34000d1532802, 34000d1533125, 34000d1530225, 34000d1530216, 34000d1533117, 34000d1532961,34000d1532893, 34000d1532894, 34000d1532897, 34000d1532898,34000d1532960, 34000d1562962, 34000d1572525, 34000d1532804.
g. Identification Per Drawings 34000d1532802, 34000d1532803,34000d1532804, 34000d1533125, 34000d1530225, 34000d1530216, 34000d1533117, 34000d1532961, 34000d1532893, 34000d1532894,34000d1532897, 34000d1532898, 34000d1532960, 34000d1562962,34000d1572525.
h. Liquid Penetrant Inspection Per Drawings 34000d1532802,34000d1532804, 34000d1533125, 34000d1530225, 34000d1530216,34000d1533117, 34000d1530223, 34000d1530213.
i. Welding Per Navsea S9074-ar-gib-010/278 Per Drawing34000d1530213, 34000d1530223.
j. Visual Inspection Of Welds Per Drawing 34000d1562962.
date Of First Submission=090 Dac
the Welding Procedures Will Be Used By The Government To Verify Contractor Designated Welding Responsibilities Implement Weld Procedures For Each Cont Ractor, Subcontractor Or Welding Entity Performing Welding On Specific Work Specifications 16. Remarks
(block 5) Data Requirements
a. Weld Procedure Iaw Navsea S9074-ar-gib-010/278^ Para 4.2 Per Drawing 34000d1530213 And 34000d1530223.
block 13) Date Of Subsequent Submmision: Approval Or Reason For Disapproval Shall Be Given By Navairwarcenacdivlke Via The P.c.o.nlt 45 Days After Disapproval.
/(block 14) Addresses For Navair Codes/
navairwarcenacdivlke
code Bl14000 Bldg 596
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl32300 Bldg 562
hwy 547
joint Base Mdl, Nj 08733-5000/
navairwarcenacdivlke
code Bl41600 Bldg 148
hwy 547
joint Base Mdl, Nj 08733-5000
date Of First Submission=090 Dac
the Welding Procedures Will Be Used By The Government To Verify Contractor Designated Welding Responsibilities Implement Weld Procedures For Each Cont Ractor, Subcontractor Or Welding Entity Performing Welding On Specific Work Specifications 16. Remarks
(block 5 ) Data Requirements
a.the Weld Procedure Qualification Test Report, Including All Supporting Test R And Documentation, Iaw Navsea S9074-aq-gib-010/248^ Para 4.2.3 And 4.6 Drawing34000d1530213 And 34000d1530223.
(block 13) Date Of Subsequent Submmision: Approval Or Reason For Disapproval Shall Be Given By Navairwarcenacdivlke Via The P.c.o. Nlt 45 Days After Disapproval.
(block 14) Addresses For Navair Codes:
navairwarcenacdivlke
code Bl14000 Bldg 596
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl32300 Bldg 562
hwy 547
joint Base Mdl, Nj 08733-5000/
navairwarcenacdivlke
code Bl41600 Bldg 148
hwy 547
joint Base Mdl, Nj 08733-5000
date Of First Submission=asreq
date Of Subsequent Submission=asreq
16. Remarks
(block 5) Contract Reference
a. Evidence Of Welder Performance Qualification, Including Supporting Test Resudocumentation, Iaw Navsea S9074-aq-gib-010/248^ Para 5.2 Per Drawing 34000d1530213 And 34000d1530223.
(block 12) Date Of First Submission - 30 Days Prior To Production.
(block 13) Provide Qualification Evidence For All Welders.
(block 14) Addresses For Navair Codes:
navairwarcenacdivlke
code Bl32300 Bldg 562
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl41600 Bldg 148
hwy 547
joint Base Mdl, Nj 08733-5000
date Of First Submission=090 Dac
16. Remarks
(block 5) Contract Reference
a.evidence Of Level Iii Certification Iaw T9074-as-gib-010/271^ Para 1.6 For The Individual Who Approved The Welders Qualification Training Program Iaw Navseas9074-aq-gib-010/248 Para 5.2.3.1, Per Drawing 34000d1530213 And 34000d1530223.
(block 14) Addresses For Navair Codes
navairwarcenacdivlke
code Bl32300 Bldg 562
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl41600 Bldg 148
hwy 547
joint Base Mdl, Nj 08733-5000
date Of First Submission=090 Dac
16. Remarks
(block 5) Contract Reference
a. Visual Inspection Written Procedure To Be Used To Visually Inspect All Weldst9074-as-gib-010/271^ Para 8.3 And 1.7 Thru 1.7.3 Per Drawing 34000d1530213and 34000d1530223.
(block 14) Addresses For Navair Codes
navairwarcenacdivlke
code Bl32300 Bldg 562
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl41600 Bldg 148
hwy 547
joint Base Mdl, Nj 08733-5000
date Of First Submission=090 Dac
16. Remarks
(block 5) Contract Reference
a. Evidence Of Approval Of The Welder Qualification Training Program Iaw Navseas9074-aq-gib-010/248^ Para 5.2.3.1(d), Per Drawing 34000d1530213 And 34000d1530223.
(block 14) Addresses For Navair Codes
navairwarcenacdivlke
code Bl32300 Bldg 562
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl41600 Bldg 148
hwy 547
joint Base Mdl, Nj 08733-5000
date Of First Submission=090 Dac
16. Remarks
(block 5) Contract Reference
b. Evidence Of Maintenance Of Qualification For All Welders Iaw Navsea S9074-aq010/248^ Para 5.2.11 And 5.2.12 Per Drawing 34000d1530213 And 34000d1530223.
(block 14) Addresses For Navair Codes
navairwarcenacdivlke
code Bl32300 Bldg 562
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl41600 Bldg 148
hwy 547
joint Base Mdl, Nj 08733-5000
Closing Date7 Mar 2025
Tender AmountRefer Documents
Department Of Agriculture Tender
Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid For The Supply And Delivery Of Various Biofertilizers 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Fifteen Million Eight Hundred Fifty Thousand Pesos (php15,850,000.00) With Project Identification Number Da-rfo-1-2025-goods-040 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot, To Wit: Project Title Abc (php) Lot 1: Supply And Delivery Of Seven Thousand Four Hundred Forty-four (7,444) Packs Biofertilizer 5,583,000.00 Lot 2: Supply And Delivery Of Three Thousand Seven Hundred Twenty-two (3,722) Bottles Biofertilizer 5,583,000.00 Lot 3: Supply And Delivery Of Four Thousand Six Hundred Eighty-four (4,684) Packs Biofertilizer 4,684,000.00 Total 15,850,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above-mentioned Procurement Project With The Following Details And Minimum Specifications, To Wit: Lot No. Particulars/descriptions Quantity Unit Cost Total Cost 1 Biofertilizer 7,444 Packs 750.00 5,583,000.00 With Concentration Of At Least 500 Spores/g Fungi-based Beneficial Microorganism Packaging: 250 Grams Per Pack 2 Biofertilizer 3,722 Bottles 1,500.00 5,583,000.00 Containing N & K₂o Macroelements With Concentration Of At Least 1x10⁷ Cfu/ml Bacteria-based Beneficial Microorganism Packaging: 5 Grams Per Bottle 3 Biofertilizer 4,684 Packs 1,000.00 4,684,000.00 With Concentration Of At Least 1.2x10⁹ Cfu/g Bacteria-based Beneficial Microorganism Packaging: 100 Grams Per Pack Grand Total 15,850,000.00 Other Requirements: Must Have Undergone Yield Performance Trial In Region 1 Or In Areas With The Same Agro-ecological Zone Conducted Within 3 Years By Da-rfo, Philrice, Sucs Or Other Research Institutions And Shall Submit Results Of The Trial Signed By The Conducting Institution During Bid Opening. Trial Must Obtain Increase In Yield Compared To Farmers Practice Or Must Reduce At Least 2 Bags Of Inorganic Fertilizer Without Sacrificing The Yield. Manufacturing/production/formulation Date Not Earlier Than 6 Months From The Date Of Delivery Or Expiration Date Not Earlier Than December 2025 For Biofertilizer Product, Must Be Registered Under The Fertilizer And Pesticide Authority (fpa) And For Microbial Inoculants And Organic Soil Amendment (osa) Product, Must Be Registered Under The Bureau Of Agriculture And Fisheries Standards (bafs) With Valid Issued Cpr Containing Microorganism, Supported With Valid Laboratory Analysis Result From Any Fpa Accredited Or Recognized Laboratory, Or Any Laboratory Enumerated Under The Philippine National Standard (pns) For Organic Soil Amendments And Plant Supplements For Bafs Registered Product, Must Present A Certification From Bafs That The Product Is Considered Biofertilizer With Product Brochure Indicating The Package Of Technology And Requirement Per Hectare And Shall Provide Product Brochures During Delivery To Be Given To Farmers In Time Of Distribution Shall Submit Certificate Of Distributorship/dealership Issued By Manufacturer, If Applicable With Notarized Certification Of 100% Stocks Availability To Be Presented During Bid Opening Issued By The Source/manufacturer And To Be Verified During Post-qualification Provide List Of Manpower With Contact Details To Render Technical Assistance Assigned Per The Provinces With Soil Ameliorant Allocation Packaging: With 1x1" Da Logo Sticker And Labelled With "da-rfo 1 Not For Sale" Below The Logo Delivery Schedule: Fifteen (15) Calendar Days After Receipt Of The Notice To Proceed (per Lot) Lot No. Drop-off Points Total Da-prec, Sta. Barbara, Pangasinan Da-iliarc, Bacnotan, La Union Da-isrec, San Juan, Ilocos Sur Da-inrec, Batac, Ilocos Norte 1 4,550 Packs 650 Packs 900 Packs 1,344 Packs 7,444 Packs 2 2,280 Bottles 320 Bottles 450 Bottles 672 Bottles 3,722 Bottles 3 2,900 Packs 400 Packs 570 Packs 814 Packs 4,684 Packs Bidders Should Have Completed, Within Two Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From February 20, 2025 To March 17, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amounts: Project Title Bid Docs Fee Lot 1: Supply And Delivery Of Seven Thousand Four Hundred Forty-four (7,444) Packs Biofertilizer 10,000.00 Lot 2: Supply And Delivery Of Three Thousand Seven Hundred Twenty-two (3,722) Bottles Biofertilizer 10,000.00 Lot 3: Supply And Delivery Of Four Thousand Six Hundred Eighty-four (4,684) Packs Biofertilizer 5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. Note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 03 March 2025, 10:30 Am At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 17 March 2025, 10:30 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 17 March 2025, 10:30 Am At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Eligibility Requirements Can Be Fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidder. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No. :(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo 1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ February 19, 2025 Approved: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-goods-040
Closing Date17 Mar 2025
Tender AmountPHP 15.8 Million (USD 273.9 K)
DEFENSE LOGISTICS AGENCY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: A. Summary Of Amendment 003
1. The Defense Logistics Agency (dla) Is Conducting A Commercial Solutions Opening (cso) Authorized By 10 U.s.c. § 3458 And Defense Federal Acquisition Regulation Supplement, Subpart 212.70, Defense Commercial Solutions Opening. Dla Intends To Solicit Solution Briefs In Response To The Addendum Areas Of Interest (aois), Which Dla May Change, Amend, Open, And Close From Time To Time At Dla’s Sole Discretion. Interested Offerors Are Encouraged To Frequently Check This Cso From New Or Revised Aois. Dla Intends To Keep This Cso Sp4701-24-s-c001 Open Until 13 March 2026; However, Dla Reserves The Right To Close This Cso At Any Time.
2. In Accordance With 10 U.s.c. § 3458(c)(2), Any Contract Or Agreement Dla May Award Under Pursuant To This Cso Shall Be Fixed-price. Dla Intends To Award Commercial Contracts In Accordance With Dfars 212.7002(b); However, Dla May, At Dla’s Discretion, To Award An Other Transaction Agreement In Accordance With 10 U.s.c. § 4022.
3. If You Have Any Questions Or Concerns, Please Contact:
mr. Thomas Walsh
agreements And Contracting Officer
dla Dcso-p5
thomas.walsh@dla.mil
mrs. Lauren Runowski
agreements And Contracting Specialist
dla Dcso-p5
lauren.runowski@dla.mil
4. Dla Provides No Funding For Any Offer Submitted To This Cso. Dla Funding Is Only Possible After A Signed Contract.
b. Background: Dla Is The Department Of Defense’s Logistics Combat Support Activity. Dla Provides Worldwide Logistical Support To The Military Services And Other Authorized Customers, Which May Include Civilian Organizations And Foreign Countries. Potential Offerors May Learn More About Dla At Htts://www.dla.mil.
c. How To Submit A Solution Brief.
prior To The Closing Date Of The Published Area Of Interest, Electronically Submit To The Person Identified In Paragraph A.3. Of This Cso An Unclassified Solution Brief, Utilizing The Solution Brief Template At Attachment 1.
mark As Appropriate All Parts Of The Solution Brief Considered Proprietary. By Submitting A Solution Brief, The Offeror Agrees To Dfars 252.227-7016, Rights In Bid Or Proposal Information.
the Solution Brief Must ‘stand Alone’. While The Solution Brief May Include References To Outside Materials, Links To Website, Etc., Dla Will Not And Can Not Consider Such Material. Similarly, Dla Will Not Consider Any Accompanying Slides, Sales Materials, Integrated Or Outside Videos, Or The Like Sent With The Solution Brief. Dla May Reject, Without Further Consideration, Solution Briefs Sent With Extraneous Materials.
offerors May Submit Multiple Solution Briefs For Each Aoi. While Each Solution Brief May Reference Another Solution Brief, Dla Will Not And Can Not Consider That Referenced Solution Brief In Evaluating This Submitted Solution Brief.
solution Briefs’ Prices And All Other Terms And Conditions Must Remain Valid For 180 Calendar Days From The Submission Date Of The Solution Brief.
d. How Dla Will Make Any Awards.
1. Dla Will First Review Solution Briefs For Conformance With This Cso. Dla Will Return Solution Briefs Dla Finds Not In Conformance With This Cso. The Offeror May, If The Date And Time Stated In The Area Of Interest Has Not Passed, Re-submit A Revised Solution Brief. While Dla Intends To Complete This Review Diligently, Dla Is Under No Obligation To Complete This Review Soon Enough For An Offeror To Submit A Revised Solution Brief. Therefore, Offerors Should Submit Their Best, Conforming, Solution Briefs.
2. For Solution Briefs Both Received Before The Closing Time Of Cso And Aoi, And Also Conforming To The Cso, Dla Subject-matter Expert Technical Evaluators Will Evaluate The Solution Brief. First, Evaluators Will Evaluate Factor 1, Possibility Of Funding, And Rate The Solution Brief As Either “funding Possible” Or “funding Not Possible”. If Evaluated As “funding Not Possible,” Evaluators Will Not Evaluate The Solution Brief Further And Dla Will Notify The Offeror. If Evaluated As “funding Possible,” Evaluators Will Continue Their Evaluations Through The Remaining Factors, Assigning Each Remaining Factor One Of The Following Ratings: “exceptional,” “good,” “acceptable,” “marginal,” Or “unacceptable.” All Evaluation Factors Are Described Below.
A. Factor 1: Possibility Of Funding. Does Funding Reasonably Exist To Fund The Proposed Solution? Solutions With Lower Prices Are Favored.
B. Factor 2: Technical Feasibility. How Technically Feasible Is The Proposed Solution To An Aoi, Given The Present State Of The Technology And Science? Solutions With A Lower Technological Risk Profile Are Favored.
C. Factor 3: Responsiveness. How Responsive Is The Proposed Solution To The Aoi? Solutions Responsive To The Problem Identified In The Aoi, Without Creating New Problems, Are Favored.
D. Factor 4: Viability. How Viable Is The Proposed Solution Given Existing Organizational And Regulatory Environments? Solutions Compatible With Existing Dla, Dod, And Federal Policies, Processes, And Procedures, Are Favored.
E. Factor 5: Desirability. How Desirable Is The Proposed Solution To The Eventual End-user? Solutions Easily Adaptable, Useful, And Implementable Are Favored.
3. After The Above Evaluation, The Technical Evaluators Will Then Decide Whether The Solution Proposed In The Solution Brief Merits Further Consideration. Note That While Solution Briefs Are Not Evaluated Against Other Solution Briefs, Dla Has Limited Funding And Acquisition Manpower And Thus Cannot Pursue All Otherwise Meritorious Solution Briefs. Dla Also Recognizes That Industry Resources In Pursing Business With Dla Are Limited. To The Extent Dla Must Select Between Highly Rated Solution Briefs To Pursue Further, Dla Will Aggregate The Factor 2 Through 5 Ratings Together Equally To Discern The Most Highly Rated Solution Briefs. If Further Discernment Is Necessary Amongst Highly Rated Solution Briefs, Dla Will Then Additionally Consider The Factor 2 Through 5 Ratings In Order Of Importance, With Factor 2 Being The Most Important, Factor 3 Being The Second Most Important, Factor 4 Being The Third Most Important, And Factor 5 Being The Fourth Most Important. And If Still Additional Discernment Is Necessary, Dla Will Then Consider The Price Proposed In The Solution Brief And Select For Further Consideration The Lowest Priced Solution Brief.
4. If The Technical Evaluators Decide A Proposed Solution Brief Merits Further Consideration, Technical Evaluators Will Decide Whether To Further Consider The Proposed Solution Via A Pitch, Full Proposal, Or Both. Technical Evaluators May Also Decide A Pitch Or Full Proposal, Or Both, Are Unnecessary, And Refer A Solution Brief For Negotiation Of A Possible Award As Described In Paragraph 5.
A. Pitch: Dla Would Invite The Offeror To ‘pitch’ The Offeror’s Proposed Solution In A Presentation, Whether Via A Remote Meeting, A Face-to-face Meeting, Or Other Mutually Agreeable Means. Dla Will Advise The Offeror Of The Parameters Of The Pitch At That Time. Offerors May Propose Different Parameters; However, The Final Decision Rests With Dla, As Represented By The Person Noted In Paragraph A(3). During The Pitch, The Parties May Verbally Discuss The Proposed Solution. After The Pitch, Dla Will Decide Whether An Additional Pitch Is Desired, To Request A Full Proposal, Refer The Offeror To The Supporting Contracting Activity For Award Negotiations, Or To Terminate Further Consideration Of The Offer.
B. Full Proposal: Dla Would Invite The Offeror To Submit A Full Proposal. Dla Will Advise The Offeror Of The Parameters Of The Full Proposal At That Time. Offerors May Propose Different Parameters; However, The Final Decision Rests With Dla. After Receipt Of The Full Proposal, Dla May Communicate With The Offeror About The Full Proposal, To Better Understand And Review It. After Reviewing The Full Proposal, Dla Will Decide Whether An Additional Or Revised Full Proposal Is Desired, To Request A ‘pitch’, Refer The Offeror To The Supporting Contracting Activity For Award Negotiations, Or To Terminate Further Consideration Of The Offer.
5. If The Technical Evaluators Refer An Offeror To The Supporting Contracting Activity For Award Negotiations, The Supporting Contracting Activity Will Open Negotiations With The Offeror. The Conduct Of Such Negotiations Are Within The Discretion Of The Cognizant Contracting Officer Or Agreement Officer, As The Case May Be, As Bounded By Applicable Law And Policy. Offerors Should Note That The Contracting Officer, Or Agreement Officer, Is Not Required To Award Any Contract And May Close Negotiations At Any Time At His Or Her Discretion. Offerors Should Further Note That Should Any In Negotiation Resulting In An Award, The Prices Awarded Must Be ‘fair And Reasonable’.
e. Generally Applicable Information.
1. Dla Provides No Funds For Partaking In Any Process Described In This Cso. Any Funds Will Be Disbursed Only In Accordance With A Signed Contract Or Other Transaction Agreement.
2. Should Dla Award An Other Transaction Agreement Awarded Under This Cso, Dla May Later Award A Follow-on Production Contract Or Other Transaction Agreement Without Further Competition, In Accordance With 10 U.s.c. § 4022.
3. Note That Chapter 21 Of Title 41, United States Code, Applies To All Submitted Proposals And Any Awarded Contract, Whether Awarded Under The Far Or 10 U.s.c. § 4022.
4. Note That Dla Can Only Award To A Responsible Entity. Please See Far Part 9 For Further Information.
attachments:
1) Dla Cso Sp4701-24-s-c001 Solution Brief Application (conformed Through Amendment 003)
2) Dla Cso Sp4701-24-s-c001 Solution Brief Application (conformed Through Amendment 002)
addendums:
1) Area Of Interest 01: Direct Vendor Delivery Tracking (dvdt)
2) Area Of Interest 02: Emerging Engineering Services For Technical Data
3) Supplemental Information Area Of Interest 02 Emerging Engineering Services For Technical Data
Closing Date13 Mar 2026
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Details: Continuing A Legacy Of Outstanding Public Architecture, The General Services Administration (gsa) Seeks To Commission Our Nation’s Most Talented Architects, Landscape Architects, Interior Designers, Engineers And Construction Professionals To Design And Construct Federal Facilities Of Outstanding Quality And Value. These Projects Are To Demonstrate The Value Of True Integrated Design That Balances Aesthetics, Functionality, Cost, Constructability, Durability And Reliability; Create Environmentally Responsible And Superior Workplaces For Federal Employees And Give Contemporary Form And Meaning To Our Democratic Values.
in This Context, Gsa Announces An Opportunity For Design And Construction Excellence In Public Architecture For Performance Of Architectural Engineering Design And Construction Services In Accordance With Gsa Quality Standards And Requirements. As Required By Law, Regulation Or Executive Order, All Facilities Will Meet Performance Targets And Security Requirements.
gsa Intends To Award A Design-build (db) Contract For The Repair Or Replacement Of The Plaza And Structural Support System Of The Howard M. Metzenbaum U.s. Courthouse (metzenbaum) In Cleveland, Oh, Pursuant To The Federal Acquisition Regulation (far) Two-phase Design-build Selection Procedures (far 36.3). The Project Includes Design-build Services.
this Project Will Take Place At The Howard M. Metzenbaum U.s. Courthouse In Cleveland, Oh. The Metzenbaum Courthouse, Built Between 1903 And 1910, Is A Five-story Structure Designed In The Neoclassical Style. It Is One Of The Most Significant Structures In Cleveland’s Downtown Cityscape And Is Listed In The National Register Of Historic Places. The Facade Is Clad With Granite And Remains Essentially The Same As When It Was Originally Constructed. Between 2002 And 2005, The Courthouse Was Modernized For The Primary Use Of The Bankruptcy Courts After The District Courts Relocated To The Newly Constructed Stokes Courthouse.
the Metzenbaum U.s. Courthouse Is Located At The Center Of Cleveland Ohio’s Public Square. This Prominent Location Adds To The Building’s Status As A Cleveland Landmark. The Building Is Surrounded On Three Sides By A Plaza That Addresses The Public Square. The Plaza Is Heavily Trafficked By Pedestrians And Supports Two Priceless Daniel Chester French Statues That Are Part Of The Gsa’s Public Art Collection.
the Plaza’s Concrete, Waterproofing Membrane, And Most Of Its Supporting Steel Framing Was Last Replaced In 1972, And The Top Slab Was Replaced In 1987. Shoring Was Installed Over A Decade Ago To Support The Sidewalk Vault Structurally And To Prevent The Public Sidewalk From Collapsing. Maintenance And Repairs Are No Longer Sufficient For Preventing Water Leaks Through The Plaza.
the Plaza’s Concrete Structural Slab Is Failing. Widespread Deterioration Under The Plaza’s Structural Slab Ranges From Small Spalls To Large Areas Of Complete Delamination. The Damage Has Gone Beyond Concrete And Reinforcing Deterioration To Significant Loss Of Structural Steel Sections. The Steel Can Be Restored In Some Areas But Will Have To Be Replaced In Others. The Elevator Lift That Serves The Mail Screening Room In The Basement Must Remain Operational During The Project And Will Be Used By The Construction Contractor For Vertical Conveyance. Refurbishment Of The Lift Will Be Required After The Plaza Work Is Completed.
the Foundation Wall’s Lack Of Waterproofing Allows Moisture And Water To Infiltrate Through Several Cracks. Waterproofing That Was Applied In Previous Slab Replacement Projects Only Goes Down A Few Feet Below Grade And Has Worn Away. The Remainder Of The Foundation Wall Has No Waterproofing. The Wall Moisture Has Corroded The Full Height Of The Vertical Steel Channels At The Inside Face Of The Wall That Are Likely A Key Part Of The Wall’s Strength.
the Two Significant Daniel Chester French Statues Are Located On The South Elevation Of The Building. The Statues Are Supported By Both The Building Exterior Wall And The Sidewalk Slab. Movement And Deterioration Of The Sidewalk Slab Create A Risk Of Cracking In The Statues. The Original Clay Tile Floor Slab Supporting The Base Of The Statues Has Fallen Away, Leaving Only Unreinforced Cement Topping Between The Steel Beams And The Statue Base. A New Support System Needs To Be Installed To Isolate The Statues From The Sidewalk Slab.
this Project Seeks Design Build Services For The Improvements Necessary To Repair Or Replace The Plaza And Its Structural Support System For The Safety Of Tenants And Visitors And Long Term Stabilization Of The Property.
this Project Will Utilize The Design-build (db) Delivery Method, With The Db Contract Procured By Competitive Negotiation Using A Two-phase Design-build Selection Procedure (far 36.3). A Single Db Contract Will Be Issued For A Design Concept Submission, Design Development Phase And Construction Documents Phase Services, As Well As All Construction Work. For This Contract Award Process, Gsa Will Issue A Solicitation Consisting Of Phase I And Phase Ii, Respectively.
the Purpose Of Phase I (the Request For Qualifications) Is To Select The Most Highly Qualified Offerors From Phase I To Participate In Phase Ii (the Request For Proposals). At The Conclusion Of Phase I, Gsa Will Invite The Short-listed Offerors To Submit Phase Ii Proposals. Phase Ii Proposals Will Require Submission Of Technical And Price Proposals, Which Are Evaluated Separately In Accordance With Far Part 15. Potential Offerors Are Hereby Placed On Notice That Gsa Will Publicly Announce The Names Of The Phase I “short-list” On Sam.gov.
the Technical Evaluation Factors For Phase I Are As Follows:
technical Qualifications
a. Subfactor 1.a: Experience Of The General Contractor And A/e 40 Points
b. Subfactor 1.b: Past Performance Of The General Contractor And A/e 15 Points
approach To Design Build 20 Points
lead Designer 25 Points
total Points = 100
the Maximum Number Of Shortlisted Offers Advancing To Phase Ii Will Be Three (3).
the Technical Evaluation Factors For Phase Ii Are As Follows:
1. Quality Of Design Concept 40 Points
2. Qualifications, Experience And Past Performance Of Key Personnel 20 Points
3. Management And Technical Approach 20 Points
4. Sustainability 15 Points
5. Small Business Utilization 5 Points
Total Points = 100
in Consideration Of The Preparation Of A Phase Ii Technical Proposal, Gsa Will Pay A Stipend Of $52,500.00 To Each Of The Phase Ii Offerors Who Satisfy The Terms Of The Request For Proposals, But Are Not Selected For Award Of The Resulting Contract.
at The Conclusion Of Phase Ii, Gsa Intends To Award A Contract To A Single Offeror For All Design And Construction Services.
this Contract Will Be A Full And Open Procurement, Available To Both Large And Small Business Firms. As Part Of The Phase Ii Proposal, Large Business Offerors Will Be Required To Submit An Acceptable Small Business Subcontracting Plan In Accordance With Far Part 19.7.
the Request For Qualifications Will Be Issued Electronically On Or About January 29, 2025. A Pre-proposal Meeting Will Be Held On Or About February 12, 2025 In Cleveland, Oh At 1:00pm Est. Prospective Attendees Are To Register Their Company With The Gsa Contracting Officer, Anna Vanko, Via Email At Anna.vanko@gsa.gov For All Individuals Planning To Attend. A. Call In Reservations Will Not Be Accepted. This Meeting Is Intended To Review The Scope Of The Project And The Submittal Requirements For Phase I. Please Note, Contractors Will Be Required To Wear A Hardhat For A Portion Of The Walk-through. Hardhats Must Be Provided By The Offeror; Gsa Is Unable To Provide Hardhats For Those Participating. An Additional Site Visit And Pre-proposal Conference Will Be Scheduled During The Phase Ii Portion As Well.
award Is Anticipated In March Of 2026 With Substantial Completion Anticipated In Winter 2029/2030.
the Estimated Cost Range Is Between $18,000,000 And $28,000,000.
this Is A Negotiated, Best Value Procurement. The Contractor Is To Provide All Management, Supervision, Manpower, Equipment And Supplies Necessary For This Project. The Proposed Contract Is Being Solicited As Full And Open Competition. The Request For Proposal Is Planned To Be Issued In January 2025. In Addition To The Construction Opportunity Reflected Herein, Gsa Is Seeking Suppliers And Manufacturers That Are Interested In Supplying Low Embodied Carbon Asphalt, Concrete (and Cement), Glass And Steel Materials For The Project. Suppliers And Manufacturers Of Materials Meeting Gsa’s Inflation Reduction Act Low Embodied Carbon Asphalt, Concrete (and Cement), Glass And Steel Requirements May Submit An Expression Of Interest To The Contact Below No Later Than March 4, 2025.
expressions Of Interest Should Indicate Materials Available And Global Warming Potential Values Reflected In Materials’ Environmental Product Declarations. Submission Of An Expression Of Interest Grants Gsa Your Permission To Publish Your Firm’s Contact Information And Offerings For Use By Potential Offerors On Gsa Construction Requirements. Supplier And Manufacturer Contact Information Will Be Published In An Informational Amendment Issued By Gsa And, Potentially, In Other Fora.
by Participating In The Competition, Offerors Consent To Unrestricted Gsa Use Of Supplier Names And The Gwp Values Associated With Supplier Materials. Such Information May Be Disclosed Publicly Or Used To Inform Other Low Embodied Carbon Procurement Activities. Technical Solutions, Supplier Pricing, And Supplier-offeror Terms And Conditions Will Not Be Shared. Any Objection Shall Be Transmitted To The Contracting Officer By The Due Date For Offers And Shall Adhere To 41 C.f.r. § 105-60.601.
market Research Resources For Identifying Qualifying Materials May Include, But Are Not Limited To, Astm International’s Epd Page, Building Transparency’s Embodied Carbon In Construction Calculator (ec3), Icc Evaluation Service’s Epd Directory, Epd International Ab’s Epd Library, The National Asphalt Paving Association’s Emerald Eco-label Epd Tool, The National Ready Mixed Concrete Association’s Concrete Epds Page, Nsf's Search For Epds Tool, And Ul’s Spot Product Catalog.
note: The Information Provided Herein Is For Informational Purposes Only And Does Not Indicate Or Imply Federal Endorsement Of Any Organization, Business, Material Or Product. The Government Makes No Representation Or Warranty Concerning The Quality, Performance, Availability Or Suitability Of Any Organization, Business, Material Or Product
Closing Date5 Mar 2025
Tender AmountRefer Documents
Rural Development Department - RDD Tender
Services
Manpower Supply
GEM
Corrigendum : Closing Date Modified
India
Description: CATEGORY: Manpower Outsourcing Services - Fixed Remuneration -
ADDIONAL PROGRAM OFFICER; ADDIONAL PROGRAM
OFFICER; Post Graduate , Manpower Outsourcing Services -
Fixed Remuneration - TECHNICAL ASSISTANT; TECHNICAL
ASSISTANT; Diploma , Manpower Outsourcing Services -
Fixed Remuneration - DATA ENTRYOPERATOR; DATA ENTRY
OPERATOR; Diploma , Manpower Outsourcing Services -
Fixed Remuneration - ACCOUNT ASSISTANT; ACCOUNT
ASSISTANT; Graduate
Closing Date23 Jul 2025
Tender AmountINR 11 Million (USD 128.3 K)
Don Emilio Del Valle Memorial Hospital Tender
Housekeeping Services
Corrigendum : Tender Amount Updated
Philippines
Details: Description Unit Description Quantity Unit Cost Total Cost Month "hiring Of 33 Janitors And 1 Area Supervisor 9 787,550.00 7,087,950.00 Preferably Well-trained In Proper Hospital Cleaning And Janitorial Methods And Techniques In Order To Maintain Quality Cleanliness For The Service To The Patients. Well Disciplined With Good Moral Character, Physically And Mentally Fit. They Shall Report 10 Minutes Before Time With Proper Uniform. A Non-smoker And Non-drinker Of Any Alcoholic Beverages. The Company Must Have Tesda Certificate Or The Cleaners Have Certificate Of Training Of Tesda Housekeeping. Must Report Eight (8) Hours Per Shifting Day. They Shall Maintain Cleanliness And Orderliness To Protect And Safeguard The Directors, Officers, Employees, Visitors, Guest And Clients From Hazardous Infections. Implement Hospital Waste Management Rules And Policies Of Don Emilio Del Valle Memorial Hospital, Bood, Ubay, Bohol. The Company Must Have An Office In Tagbilaran City Or In Ubay, Bohol. From April 1, 2025 To December 31, 2025 Duties Of Janitorial Supervisor: A. Make Rounds To Check His/her Subordinates' Attendance, Attire And Hygienic Aspects, Provide Special Cleaning Instructions And/or Assignments, Use Of Equipment Safety Practices And Work Regulations, And Ascertain Compliance With Directives. B. Conduct Inspection To Check Cleanliness And Orderliness Of The Premises, And Inform His/her Subordinates Of Corrections Necessary. C. Determine Materials, Supplies Needed And Timely Inform The Head Of The General Services Division Of The Requirement. D. Train Subordinate On Proper Cleaning Methods, Use Of Equipment, Safety And Work Regulations. E. Shall Ensure The Janitors Comply With Policies And Procedures Implemented Especially The Rules On Safety. F. Shall Prepare Work Assignments And Schedules Subject To The Prior Approval Of The Client. G. Shall Report And Coordinate To Devmh Department Head. H. Conduct Regular Meeting (monthly Meeting). I. Remind All Housekeeping To Keep The Good Manner And Right Conduct. Technical Specifications I Performance Criteria 1. The Service Provider/contractor Shall Maintain A Satisfactory Level Of Performance Throughout The Term Of Contract Based On The Following Set Of Performance Criteria: A. Quality Of Service Delivered B. Time Management C. Management And Suitability Of Personnel D. Contract Administration And Management E. Provision Of Regular Progress Report F. Attentiveness And Presence Of Mind G. Compliance With Devmh Instructions And Policies. One (1) Unsatisfactory Rate From The End-user Will Be The Grounds Of Replacement Of The Deployed Personnel. The Above Criteria Shall Be Used To Assess Quarterly The Level Of Performance Of The Janitorial Agency And Its Janitorial Personnel As Basis Of Continuity Of The Contract. Ii Technical Evaluation Parameters 1. Stability A. Years Of Experience: At Least 5 Years In The Business B. Liquidity Of The Contractor: At Least P5 Million (current Assets Minus Stocks Minus Current Liabilities Based On The Balance Sheet As Of December 31, 2023) C. Organizational Set-up: With Good Office Set-up, Personnel And Office Tools And Equipment 2. Resources A. Number And Kind Of Equipment And Supplies: With The Minimum Number And Kind Of Equipment & Supplies As Specified In Section Vi. Schedule Of Requirements. B. Number Of Janitors: With At Least 33 Janitors Who Can Be Assigned On Different Areas Regardless Of Risk Exposure To Infectious Diseases With Corresponding Relievers During Day Off. C. Number Of Supervisor: With At Least 1 Supervisor Who Will Monitor Cleanliness And Supervise All The Janitors On All Areas Of The Hospital. 3. Houskeeping Plan: Tailored Fit For Devmh In Accordance With The Minimum Requirements Below. State/enumerate The Specific Methodology To Execute Plan. A. State/enumerate The Specific Methodology To Execute The Plan. B. Recruitment And Selection Criteria: Trainings Conducted For The Janitors Before Deployment, Educational And Age Requirements And Others. C. Completeness Of Uniforms And Other Praphernalia. D. The Agency Must Be Able To Provide Quality Janitorial Services For The Hospital Buildings With The Necessary Manpower, Equipment, Training, Experience, Financial Resources And Capability To Provide The Needed Cleaning And Sanitary Requirements To Ensure Hygienic Environment For Its Personnel And Clients. Iii. Housekeeping Plan. 1. Daily Housekeeping Responsibilities: Common Office Areas, Conference Room, Hallways/corridors, Stairways, Tea Room, Storage Room And Ward Rooms (public And Private Rooms), Special Areas (or, Dr, Nicu & Septic Nicu), Waste Storage Area, Septic Vault Area. A. Report To Each Respective Assigned Area; Sweep The Floor And Pick-up With The Dustpan All Litters Scattered Around Devmh Premises. B. Scoop Off Any Sticky Substance Of Dirt On The Floor With Putty Knife And Clean With Damp Cloth Or Rag. C. Mop Floor With Damp Mop Head. Finish Cleaning With Clean And Dry Mop Head. D. Wipe With Damp Cloth Or Rag All Tables, Chairs, Computers, Steel And Wooden Cabinets, Electric Fans, Telephone Instruments, Refrigerators, All Bedside Tables, Chairs, Wooden Cabinets, Air Conditioning Grilles And Casing, And Other Office Equipment. Finish Cleaning With A Clean And Dry Cloth Or Rag. E. Empty Wastebaskets/trashcan. Clean Same With Liquid Detergent. Rinse Off With Water And Let Dry. Return Wastebaskets/trashcan To Their Respective Places. F. Wipe With Damp Cloth All Window Sills, Window Panes/glass, Mirrors, Roman Shades, Aluminum/stainless Steel Frame Doors And Stair Railings. G. Remove Stain Marks On Dirt On Walls, Doors And Building Posts With Chemical Removers Or With Cloth, Soak In Liquid Detergent Cleanser. Finish Cleaning With Damp Cloth Or Rag. H. Wash With Water The Whole Area Of The Comfort Room, Then Sweep Water And Drain. Drain Or Remove Water Inside Toilet Bowl Before Pouring Cleanser Or Toilet Cleanser. Let It Stay For A While Sprinkling Cleanser On Walls And Floor Tiles, Water Closet Tank, Lavatory Or Sink, And Toilet Bowl. Scrub Inside Of Toilet Bowl With Brush Or Sponge With Handle, Then Flush. Scrub With Brush Or Sponge The Whole Area Of The Comfort Room. Rinse Off With Water And Drain Area Of Excess Water. Finish Cleaning Floor Tiles With Dry And Clean Mop/cloth. Clean Mirror With Damp Newspaper Or Cloth And Finish Cleaning With Dry Cloth. Spray Comfort Room With Air Freshener. I. Clean And Disinfectas The Ward Rooms Upon Discharge Of Patients Both Public And Private Rooms. Clean The Bedside Tables, Beds, And Dispose Garbage. Coordinate With The Nurses For Rooms With Infectious Disease. J. Report Breakage, Electrical Malfunctions And Other Defeciences. K. Sweep And Clean Driveways. L. Cut/uproot Unsightly Grass Growth. M. Water Potted/indoor Ornamental Plants Inside And Outside Devmh Premises And Garden. O. Attend To The Needs Of The Scheduled Staff Meetings As Required. P. Report Any Necessary Maintenance Repairs Immediately. Q. Stay In Respective Post For Messengerial/errand Work. R. Report To Engineering Maintenance Any Leakage, Malfunction Of Water Faucet In Offices And Wards. S. Clean And Disinfect Waste Storage Holding Area After The Lgu Disposal. T. Collect And Place On Proper Storage Of Empty Vials. U. Collect Used Needles/syringes At Wards And Stored At Septic Vault. V. Collect Placenta (day Time) At Ob Ward Going To Placenta Vault. W. Operate Hospital Waste Autoclave Twice A Day. 2. Weekly Maintenance - General Cleaning Of All Areas Every Saturday. A. Scrub And Strip Off Sticking Dirt, Gums, And Other Similar Substances, Particularly Those Inner Areas And Corners. Wash Clean With Soap And Water And Dry. B. High Clean/sweep Cobwebs Of The Ceiling And Wipe Light Fixtures/diffusers And Inner Walls. C. Remove Dirt And Wash Clean With Soap And Water All Window Grills And Panes, Stairways, Balcony And Walls. D. Thoroughly Clean All Comfort Rooms Particularly The Toilet Bowls, Lavatories And Men's Urinals. Apply Disinfectant And Deodorized All Areas. E. Thoroughly Clean Office Furniture And Fixtures And Other Office Equipment, Taking Extra Care In Moving Same To Avoid Damage. F. Apply Floor Wax On Floors And Polish Shine. G. Spray Insecticide Inside Devmh Offices To Eradicate Rats, Flies, Mosquitoes, Termites, White Ants And Other Pests. H. Cultivate Soil And Fertilize Indoor And Outdoor Plants. I. Clean Catch Basins And All Other Planter Boxes. J. Clean/wash Garbage Cans K. Clean Inside, Top, Under And Back Of Regrigerator, Clean All Seals On Refrigerator/freezer. 3. Monthly Maintenance – Every Last Saturday Of The Month. A. Wipe/clean Venetian Blinds. B. Clean Inside Windows. C. Remove And Replace Curtains At All Areas. D. Clean Door Jams/balusters/handrails. E. Clean Glass Walls/partitions. F. Vacuum Clean All Upholstered Furniture. G. Wash Walls. 4. Miscellaneous Services To Be Performed Whenever Required. A. Provide Logistical Assistance During Meetings And Conferences. B. Haul/move Office Furniture, Fixtures & Equipment, Among Others. C. Messengerial And Errand Work Within Office Premises. D. Make Available At All Times Relievers And/or Replacements To Ensure Continuous And Uninterrupted Services In Case Of Absences. E. Exercise The Necessary Supervisory Work. F. Must Provide Office Supplies And Equipments To Be Used By The Area Supervisor For The Necessary Clerical Works. G. Must Provide Atleast 7 Sets Of Uniform To The Janitorial Personnel, That Will Be Used Daily, Such As But Not Limited To Janitor Scrubs, Customized Polo Uniform And Jockey Type Polo Uniform. H. Must Have Atleast One (1) Administrative Representative From The Agency That Will Be Assigned In Ubay Or Nearby Towns And Could Cater All The Concerns Pertaining Janitorial Services In The Hospital. I. All Janitorial Personnel Shall Assist After Crushing The Empty Vials. Other Services Offered (if Any) Cleaning Equipment/tools 1. Push Cart, Big, Heavy Duty - 6 Units (at Least 50kg Load) 2. Vacuum Cleaner, Heavy Duty - 2 Units 3. Squeezer - 10 Units 4. Other Equipment Offered (if Any) "
Closing Soon25 Feb 2025
Tender AmountPHP 7 Million (USD 122.5 K)
MUNICIPALITY OF TINGLAYAN Tender
Paints and Enamels
Corrigendum : Tender Amount Updated
Philippines
Description: Continuation Of The Construction Of Manpower Development Center , Construction Projects ,municipality Of Tinglayan, Kalinga
Closing Soon24 Feb 2025
Tender AmountPHP 1.1 Million (USD 19.5 K)
West Bengal State Electricity Distribution Company Limited - WBSEDCL Tender
Manpower Supply
India
Description: Enlistment Of Potential Agency/company For Providing Service Like 04 Numbers Of Multi-tasking Manpower (unskilled) To The Solar Power Generation Department, Wbsedcl, Data Centre Complex (3rd Floor), Action Area-i, Newtown.
Closing DateNA
Tender AmountINR 1.2 Million (USD 14.6 K)
2811-2820 of 2827 active Tenders