Oxygen Tenders

Caraga State University Tender

Others
Philippines
Details: Description Item Number | Description | Qty | Total Cost Lot 1 | Total Cost: Php ₱4,429,000.00 Molecular Biology Laboratory 1. Thermocycler/ Pcr "block Format: 96-well 0.2 Ml Temperature Optimization: 6-zone Veriflex Block On 96-well Systems User Interface: 8.0-inch Touch Screen Maximum Sample Throughput: 384 Reactions Max Block Ramp Rate: 6.0°c/sec With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 2. Refrigerated Microcentrifuge "capacity: 24 X 1.5/2 Ml Max. Speed: 13,300 Rpm Max. Rcf: 17,000 X G Noise Level: 50 Db(a) Temperature Range: -9°c To +40°c Certifications/compliance: Csa, Ce, Ivd Type: Benchtop Centrifuge Includes: 24 X 1.5/2.0ml Rotor With Clickseal Biocontainment Lid Description: Microcentrifuge, Refrigerated Electrical Requirements: 120 V 60 Hz Refrigerated: Yes Run Time: 1 To 99 Min. (1 Min. Increments); Hold Standards: Iec 61010-1, Iec 61010-2-020 Dimensions (hwd): 12.9 X 11.6 X 17.5 In. (33.0 X 29.5 X 44.5 Cm) Net Weight: 62.0lb. (28.0 Kg) Frequency: 60 Hz Voltage: 120 V Rotor: 24 X 1.5/2 Ml Rotor With Clickseal Biocontainment Lid With Training, Warranty, And Calibration" Capacity (english): 23 Cu. Ft. Capacity (metric): 650 L Door Style: Solid No. Of Doors: 1 Shelves: 4 Certifications/compliance: Ul, Cul, Ce Display: Microprocessor Defrost: Manual Interior Dimensions: 28.5 X 24 X 58 In. (72.3 X 61 X 147.3 Cm) With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 3. Gel Documenter System "camera & Optics Cx4 Camera: Scientific Grade Camera - Made In Germany 2 Megapixels Resolution Extendable To 7,6 Megapixels Passive Cooling • 16-bit – 65 536 Grey Levels •usb-3 Connection • Motorized Zoom Lens With Feedback • Field Of View: 20x20cm Hardware Smart Darkroom Technology: • Software Control Of The Lighting • White Light Led Panels With Automatic Intensity Adjustment • Uv Cut-off Filter • Fix Position Transilluminator With Optional Protection Screen Steel And Stainless-steel Darkroom For Long Lasting Robustness. Wide Access Door With Uv Safety Shut-off Software Free Bio-vision Software For Image Acquisition With Full Glp Compliance. Molecular Weight Calculation, Band Quantification, Colony Counting, Distance Calculation, Text Annotation And Image Enhancement Included. Cfr21 Part 11 Ready Applications Dna And Rna Gels And Fluorescence Stain Imaging: • Ethidium Bromide, Sybr-safe, Sybr-green, Gel-red, Gel-green, Sybr-gold, Gfp, Pro-q Emerald, Sypro Ruby, Fitc, Dapi • Colorimetric Stained Protein Gels, X-ray Film, Autorads, Sscp Gels, Colony Dish And Flask Imaging And Other Epi White Light Applications • Coomassie Blue, Silver Stain, Ponceau S Red, Copper Stain. Qty: 1 Unit: Unit 4. -20°c Freezer "temperature (setpoint): -25°c To -15°c (-20°c) Type: High-performance Freezer, Capacity (english): 23 Cu. Ft. Capacity (metric): 650 L Door Style: Solid No. Of Doors: 1 Shelves: 4 Certifications/compliance: Ul, Cul, Ce Display: Microprocessor Defrost: Manual Interior Dimensions: 28.5 X 24 X 58 In. (72.3 X 61 X 147.3 Cm) With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 5. Gel Electrophoresis Tank With Agarose Casting Trays "certifications/compliance: Ce Marked Description: Complete System With Buffer Exchange Ports Type: Large, W/buffer Exchange Ports Sample Size: 8 To 432 (16-, 24- And 36-well Combs) Volume (metric) Buffer: 2.3 L Dimensions (l X W X H): 14.8 X 12.8 X 4.1 In. (37.5 X 32.5 X 10.5 Cm) Length (english): 14.8 In. Length (metric): 37.5 Cm Length (metric) Gel: 25 Cm Width (english): 12.8 In. Width (metric): 32.5 Cm Width (metric) Gel: 20 Cm Height (english): 4.1 In. Height (metric):10.5 Cm Features: Horizontal System Can Run From 25 To 600 Samples On One Gel Gel Can Be Cast In Varying Lengths To Help Conserve Agarose When Fewer Samples Need To Be Run Built-in Buffer Exchange Ports Allow For Buffer Recirculation On Extended Runs Uvt Gel Tray Has Gasketed End Gates For Leakproof Seal Without Tape Built-in Leveling Ensures Flat, Uniformly Thick Gels Large Number Of Comb Slots Provides Sample Number And Resolving Distance Flexibility Microwell-format Combs Provide Fast, Error-free Sample Loading With A Multichannel Pipetter Samples May Be Loaded Directly From A 96-well Plate, 8 Or 12 At A Time With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 6. Blue Light Transilluminator "features Compact, Extra-thin And Portable · Safer To Replace Uv · Easy For Gel Cutting: No Need To Wear Amber Glasses · No Dna Damage Inherent To Uv · Uniform Blue Led Trans-illumination, Low Noise · Optimized For Use With Diverse Safe Dyes To Replace Toxic Etbr · Angle Adjustable Filter/lid Can Be Tilted Optionally With One Hand, Easy For Observing And Cutting Gels. Specifications: · Instrument Dimensions (mm): 210d X 210w X 28h · Viewing Surface Dimensions (mm): 130d X 170w · Led Wavelength (nm): 470 · Lid/ Filter:amber · Sensitivity: Up To 0.1 Ng · Uniformity: < 5% Cv (coefficient Of Variance) · Led Life: 100,000 Hours With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 7. Fume Hood "single Phase, Power: 220v, 60hz, Supply And Installation Of Unit Technical Parameters: Model: Fh 1500 (p) External Size (w D H): 1547x800x2450mm Internal Size (w D H): 1287x560x700mm Work Surface Height: 820mm Max Opening: 740mm Air Velocity: 0.3~0.8m/s Noise: ≤68db Exhaust Duct: 4.3 Meters, Φ250mm Led Lamp: 15w 2 Blower: Built-in Pp Centrifugal Blower(2 Blowers For Fh1800(p) Only); Speed Adjustable Front Window: Resistant To Acid And Alkali, Manual, 5mm Toughened Glass, Height Adjustable Power Supply: Ac220v±10%, 50/60hz; 110v±10%, 60hz Consumption: 500w Material: Main Body- Made Of Porcelain White Pp, Thickness 8mm, Resistant To Strong Acid, Alkali And Anti-corrosion; Work Table- Chemical Resistant Phenolic Resin Standard Accessory: Led Light, Work Table: Chemical Resistant Phenolic Resin, 4.3 Meters Pvc Duct (2 Pcs Of 4.3 Meters Pvc Dust For Fh1800(p) Only), Diameter: 250mm, Pipe Strap 2(4 Pcs For Fh1800(p) Only, Rvv Power Cord (3 1.0mm² 3000mm), Base Cabinet, Waterproof Socket 2, Tail Insert, Water Tap (pp), Gas Tap (pp), Water Sink, Pp Centrifugal Blower 1(2 For Fh1800(p) Only) Optional Accessory: Pp Worktable, Epoxy Resin Board Or Ceramic Board, Active Carbon Filter, Outer Pp Centrifugal Blower 1(only Need To Select When The Duct Is More Than 4m, 2 For Fh1800(p) Only), Splitable Base Cabinet (only Not For Fh1800(p)) Gross Weight: Main Body-180kg; Base Cabinet-114kg Or 102kg (splitable) With Training, Warranty, Installation, And Calibration" Qty: 1 Unit: Unit 8. Horizontal Laminar Flow Cabinet Control System: Microprocessor Controller With Lcd Display, Graphical And Digital Display Of The Operating Status Of Each Function Work Surface Height: 750mm Airflow Velocity: Adjustable, 0.2~0.5 M/s Cabinet Construction: Main Body: Electro-galvanized Steel With Antimicrobial Powder Coating Work Zone: Stainless Steel, Grade 304 Manual Sliding Sash: 5 Mm Uv Resistant Tempered Glass With Counter-balance System And Ergonomic Handle Side Windows: 5 Mm Uv Resistant Tempered Glass Electricity: Ac220v ±10%, 50/60hz,1p Standard Accessories Base Stand 1. Led Lamp 1(only 2 For Lcb-h6f). Uv Lamp 1(only 2 For Lcb-h6f). Waterproof Socket 2. Foma Casters 4 Wind Speed Sensor; Gas Tap;water Tap;casters With Brakes; Hook And Hook Bar With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 9. Oven Dryer "300°c (pf 30 To Pf 200) Or 250°c (pf 400, Pf 800) Maximum Operating Temperatures 28 To 910 Litre Chamber Volumes •equipped With The R38 Digital Pid Temperature Controller (pf 30 To Pf 200) • Carbolite Gero 301 Controller, With Single Ramp To Set-point & Process Timer (pf 400 & Pf 800) • Fan Convection For Rapid Heating & Recovery & Excellent Uniformity • Chemically Resistant Stainless Steel Liner • Two Nickel-chrome Plated Wire Shelves (the Pf 400 Is Supplied With 3 Wire Shelves, The Pf 800 With 3 Perforated Stainless Steel Shelves) • Lever Latch Door & Airtight Silicone Seal With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 10. Autoclave Sterilizer 150l Vertical Pressure Steam Sterilizer (autoclave) With A Large Capacity For Heavier Loads And An Automated Sterilization Process • Ensures Thorough Sterilization Of Your Products, Hassle-free. • Precise Temperature And Pressure Controls, Combined With Advanced Safety Features • 150l Or 158 Quart Size (equivalent To 5 All American 30 Quart Stove-top Pressure Cookers). • High Quality Sus 304 Stainless Steel Internal Construction. 6kw Electric Heater (110v/60hz, 63a) Get To Pressure In 25 Mins. • Quick Heating Means Faster Turnaround Times. Sterilize Grain Spawn Perfectly. Temperature Is Adjustable And Can Be Used To Pasteurize. • Two Stackable Internal Baskets Make Loading And Unloading A Breeze • Safety Door Opening Mechanism, The Door Remains Locked As Long As The Chamber Is Under-pressure. Water Level Sensor With Automatic Shutoff & Over-pressure Bleed Off Valve. With Training, Warranty And Calibration Qty: 1 Unit: Unit 11. Dry Bath Incubator Adjustable Sizes For Tubes And Test Tubes 4 Block Touch Screen Dry Bath Controller: Pid Digital Temp Range: Ambient +5° To 130°c (ambient At 25°c) Temp Control Accuracy: At 37°c ≤ ± 0.5°c Temp Uniformity: At 37°c ≤ ± 1°c Timer Range: 0-99:59 Min Or Continuous Voltage: 200/240 V With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 12. Molecular Laboratory Freezer Type: High-performance Refrigerator Capacity (english): 45.8 Cu. Ft. Capacity (metric): 1297 L Temperature (setpoint): 3°-7°c (5°c) Refrigerant: R290 Door Style: Glass No. Of Doors: 2 Shelves: 8 Wire Certifications/compliance: Ul, Cul, Energystar Display: Microprocessor Defrost: Automatic Monitoring Options: Alarm, Recorder Smart View Compatibility: Smart-vue Compatible Dimensions (d X W X H) Interior: 28.5 X 52.5 X 58 In. (72.4 X 133.4 X 147.3 Cm) Dimensions (l X W X H) Exterior: 36.6 X 56.5 X 78.5 In (93.1 X 143.5 X 199.4 Cm) With Training, Warranty, And Calibration Qty: 1 Unit: Unit 13. Micropipette (multichannel) "the Pipette Shaft Can Be Unscrewed And Is Entirely Autoclavable (121 °c). Functions: Pipetting, Reverse Pipetting, Mixing, Dispensing, Up To 300 Μl Also Gel-electrophoresis. Easy Calibration-technique For Making Quick Adjustments Of The Electronic, Without Tools. Limitations Of Use: Operating Temperature Of Instrument And Reagent Should Be Between +15 °c And +40 °c (59 °f To 104 °f) Vapor Pressure Up To 500 Mbar Viscosity: 260 Mpas For Viscous Media, The Speed Must Be Adjusted If Necessary. With Warranty And Calibration" Qty: 1 Unit: Unit 14. Vortex "lab Vortex Mixer Shaker Speed 0-2800rpm, Orbital, Diameter 4mm, 50/60 Hz Test Tube Mixer Touch And Continuous Modes With Warranty And Calibration" Qty: 1 Unit: Unit 15. Portable Microcentrifuge "max Speed (rpm): 7000 Max Rcf (xg) : 2680×g Rotor Capacity : 0.5/1.5/2.0ml×8, 0.2ml×32 Pcr Tubes, 0.2ml×4 Pcr 8 Strips With Warranty And Calibration" Qty: 1 Unit: Unit ------------------------------------------------------------------------------------------------------------------------------ Lot 2 | Total Cost: Php. 1,530,000.00 Technical & Scientific Equipment For Colleges 1. Casagrande Liquid Limit Apparatus Coverage S-log3, S- Gamut3, S-cinetone, User Luts Internal Mic + Inputs, Usb Streaming 3" 1.03m- Dot Vari-angle Lcd Touchscreen Qty: 1 Unit: Set 2. Basic Soil Sampling Kit 3-1/4″ Regular, Sand And Mud Auger, 5/8″ Thread ( 1 Each) 18″ Rubber Coated Cross Handle 5/8″ Thread 2″ X 6″ Soil Core Sampler Cup 2″ Soil Core Sampler Cap, 5/8″ Thread Regular Slide Hammer 5/8″ Thread Three 4′ Extensions, 5/8″ Thread 2″ X 6″ Plastic Liner 2″ Plastic End Caps (2) 12″ Crescent Wrench (2) Universal Slip Wrench 2″ X 12″ Nylon Brush Foam Padded Carrying Case With Handles And Wheels Qty: 1 Unit: Unit 3. Analytical Balance Digital Analytical Balance Capacity: 320 G Readabilility: 0.0001 G Repeatability: ±0.0003 Mg Linearity: 0.0002 Mg Stabilization Time: Approx. 3.5 Seconds Weighing Chamber: 6.45 × 5.84 × 9.88 In (164 × 149 × 251 Mm) Pan Size: Ø 3.6 In 90 Mm Dimensions: 8.54 × 17.4 × 12.24 In (217 × 442 × 316 Mm) Est. Weight: Approx. 17.6 Lb (8.0 Kg) Power: 120 Vac (ac Adapter) 50/60 Hz Qty: 1 Unit: Unit 4. Sieve Set Set Of Stainless-steel Wire Mesh Sieves Of 7.87-inch (200 Mm) Diameter, With Different Apertures Measuring Range 0.063 Micron - 0.32 In (8 Mm) Sample Specification Disturbed Sieves Diameter 7.9 In | 200 Mm Sieves Height 2 In | 50 Mm Sieve Openings 0.0025 In, 0.0035 In, 0.005 In, 0.007 In, 0.01 In, 0.014 In, 0.02 In, 0.028 In, 0.039 In, 0.079 In, 0.158 In, 0.32 In Qty: 1 Unit: Unit 5. Analytical Balance Digital Analytical Balance Capacity: 320 G Readabilility: 0.0001 G Repeatability: ±0.0003 Mg Linearity: 0.0002 Mg Stabilization Time: Approx. 3.5 Seconds Weighing Chamber: 6.45 × 5.84 × 9.88 In (164 × 149 × 251 Mm) Pan Size: Ø 3.6 In 90 Mm Dimensions: 8.54 × 17.4 × 12.24 In (217 × 442 × 316 Mm) Est. Weight: Approx. 17.6 Lb (8.0 Kg) Power: 120 Vac (ac Adapter) 50/60 Hz Qty: 1 Unit: Unit 6. Autoclave Sterilizer 150l Vertical Pressure Steam Sterilizer (autoclave) • With A Large Capacity For Heavier Loads And An Automated Sterilization Process • Ensures Thorough Sterilization Of Your Products, Hassle-free. • Precise Temperature And Pressure Controls, Combined With Advanced Safety Features • 150l Or 158 Quart Size (equivalent To 5 All American 30 Quart Stove-top Pressure Cookers). • High Quality Sus 304 Stainless Steel Internal Construction. 6kw Electric Heater (110v/60hz, 63a) Get To Pressure In 25 Mins. • Quick Heating Means Faster Turnaround Times. Sterilize Grain Spawn Perfectly. Temperature Is Adjustable And Can Be Used To Pasteurize. • Two Stackable Internal Baskets Make Loading And Unloading A Breeze • Safety Door Opening Mechanism, The Door Remains Locked As Long As The Chamber Is Under-pressure. Water Level Sensor With Automatic Shutoff & Over-pressure Bleed Off Valve. Qty: 1 Unit: Unit 7. Laboratory Oven Nominal Capacity 780 Liters • Max. Temperature 200°c Air Convection • Forced Power 4200 W • Internal Dimensions Mm (approx.)(lxdxh) 815x814x1201 External Dimensions Mm (approx.) (lxdxh) 1213x1214x1461 • Number Of Grid Shelves: 3 • Features Digital Pid Temperature Control System • High Temperature Uniformity And Precision Over Temperature Protection • Stainless Steel Internal And External Lining “linen Patterned” • Forced Convection Airflow 200°c Max. Temperature • Supplied Complete With Three Grid Shelves 3 Weight Approx.: 200 Kg Highlights • The Laboratory Ovens Are Specially Designed For Soil, Aggregates, And Asphalt Testing. • These Advanced Models Feature All Stainless Steel Internal And External Lining, With 60 Mm Thick Insulation, • Fast Heat Up, • Easy-to-read Digital Control, And • Forced Convection Airflow For Uniform Temperature Throughout The Oven Chamber. Easy To Slide Shelves. Qty: 1 Unit: Unit 8. Microscope Type: Compound Binocular Biological Microscopes Body: Aluminum Die-cast Metal Frame, Protective Plastic Covering Qty: 6 Unit: Unit 9. Multiparameter Waterproof Portable Logging Multiparameter Meter That Monitors Up To 14 Different Water Quality Parameters. The Microprocessor Based Multi-sensor Probe Allows For The Measurement Of Key Parameters Including Ph, Orp, Conductivity, Dissolved Oxygen, Qty: 1 Unit: Unit 10. Microscope Polarizing Trinocular Microscope Eyepieces And Magnification Wide Field Wf10x(¦µ22mm) • Dividing Eyepiece (field Number: ¦µ22mm) 0.10mm/div • Four Magnifications: 50x, 100x, 400x, And 600x Led Transmitted & Reflected • Trinocular Is Inclined 30 And Enable To Shoot In 100% Light Flux. • 10x Eyepiece Set. Pl 10x/22mm. High Eye-point For Ease Of Viewing When Wearing Eyeglasses. • Reverse Facing Quadruple Nosepiece! A Better Design That Allows Easier Access To The Slides Since Objectives Are Pointed Out Of The Way! • Objective Centering Screws On Nosepiece For Precise Alignment. Head – Interpupillary Distance – Diopter • Inclined Trinocular Head (easier To View Than 45 Deg. • Adjusts To The Distance Between Your Eyes: 50 To 80mm Interpupillary Distance. • Diopter Adjustment To Correct For Your Specific Vision Needs. Illuminating System • 3w Led, Brightness Enable Control. • Polarizer Can Be Rotated 360°. • Analyzer Can Be Rotatable 360° With Scale And Minimum Vernier. • Integrated Field And Aperture Diaphragm. Focus System • Coaxial Fine And Coarse Focusing Knobs On Both Sides Of Microscope. • Coarse Adjustment Travel Range: 28mm. (stage Movement Distance Up/down). • Fine Adjustment Division: 0.002mm. • Adjustable Lock Ring Stop To Limit Coarse Range To Protect Slides. • Tension Adjustable Coarse Focusing. • W/ 14mp Hdmi Camera Qty: 1 Unit: Unit 11. Muffle Furnace Size: 680"910 870 External Material: Cold Rolled Steel Carbon Steel Spraying Lnternal Material:ceramic Inner Chamber Weight : 111kg Voltage: 110v-220v Product Name: Muffle Furnace Max.temp.(c): 1300 Capacity(l): 6 Temp.accuracy: ±1℃ Consumption(kw): 6 Power Supply: 220/380v±10%,50/6ohz Heating Rate: 0-30℃/min Rising Time(empty): 30 Minutes Temp.uniformity: ±5℃ Heating Element: Nickel Chromium Alloy Wire Qty: 1 Unit: Unit
Closing Date10 Apr 2025
Tender AmountPHP 5.9 Million (USD 104.5 K)

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n743.49|wvb|7176052147|benjamin.t.spangler.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E.| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8||||||||| variation In Quantity (apr 1984)|3|0|5|| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |n/a|tbd|n00104|tbd|n39040|n50286|tbd|133.2|n/a|n/a|n39040|n/a|n/a|see Dd Form 1423 |port_ptnh_wawf_notification@navy. mil Benjamin.t.spangler.civ@us.navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|365 Days After Acceptance Of Material|365 Days After Acceptance Of Material||||| warranty Of Data--basic (mar 2014)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|331221|1000|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| this Amendment Is Issued To Address Vendor Question. reference: Email Dated 20-january-2025 1. Reference (a) Requests The Use Of Sae-ams-qq-s-763 Revision F In Lieu Of Sae-ams-qq-s-763 Revision D For The Subject Solicitation. in Response, Sae-ams-qq-s-763 Revision D Is The Most Recent Revision Of The Sae Document. Federal Specification Qq-s-763 Revision F Is A Former Revision Of This Same Specification And Is Listed On The Csd155. Federal Specification Qq-s-763 Revision F Is acceptable For The Subject Solicitation And Subsequent Future Contract, If Awarded. all Other Terms And Conditions Remain The Same. for Pco Reference Only (er-56210) \ 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2. Portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference Ton00102 Within This Order Should Be Updated To N50286. 3. The Following Proposed Delivery Schedule Applies: submission Of Certification Data Cdrls Will Be On Or Before 20 Days Prior To Scheduled Delivery. Pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt Of Certification Dd 1423 Cdrls. Final Delivery Of Material Will Be On Or Before 365 Days After Effective Date Of The Resulting Contract. 4. Any Contract Awarded As A Result Of This Solicitation Will Be "do" Rated Order; "do" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). 5. Navsup Wss Mechanicsburg Will Be Considering Past Performance In The Evaluation Of Offers In Accordance With Far 13.106(a)(2) And Dfars 252.213-7000. 6. Far 52.232-25(a)(5), Entitled Prompt Payment, Constructive Acceptance Is Changed From 7 Days To 45 Days After Delivery Of The Supplies In Accordance With The Terms And Conditions Of The Contract. 7. This Order Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf). 8. Viq 0+/5- Applies To This Order. 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2.2 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-b666 | | | |201101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=sae Ams 2806 | | |c |080301|a| | | document Ref Data=sae Ams 2807 | | |a |000901|a| | | document Ref Data=sae Ams 2809 | | |a |070801|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=sae Ams-std-185 | | | |000901|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a|2 | | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=sae-ams-qq-s-763 | | |d |150301|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | 3. Requirements 3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Sae-ams-qq-s-763 Except As Amplified Or Modified Herein. Sae-ams-qq-s-763 Ordering Data Information Is Provided Below: (a) Steel Bars, Wire, Shapes, And Forgings, Corrosion Resisting Steel; Sae-ams-qq-s-763. (b) Class - ;410 ; Condition - ;t; Form - ;bar, 2 Inches (round) ; Finish - Any Appropriate Finish Option Of Sae-ams-qq-763 Except Hot Finished, Scale Not Removed. (c) Melting Practice - Electric Furnace, Electric Induction, Vacuum Furnace, Electroslag Remelt (esr), Or Argon Oxygen Decarburization (aod). Other Suitable Commercial Processes Must Be Submitted And Navy Approved Before They May Be Used. (d) Special Cleaning Processes Are Not Applicable. (e) Allowances For Machining Are Not Applicable. (f) Major Stress Surface Areas Of The Finished Part Are Not Applicable. (g) Low Magnetic Permeability Is Required For 300 Series Austenitic Corrosion Resistant Steels When Ordered In The Annealed Condition. The Relative Magnetic Permeability Must Be Determined And Must Not Exceed 2.0 (air - 1.0). Low Magnetic Permeability Is Not required For Conditions B, H, Or T Unless Otherwise Specified. (h) Length - Under 5" Dia. = 8 Feet Min / 12 Feet Max (plus Or Minus 10%) 5" Dia & Over = 5 Feet Min / 12 Feet Max (plus Or Minus 10%) Or As Specified Elsewhere In The Contract/purchase (i) Forgings Are Not Applicable. (j) Identification Marking Is Required In Accordance With Paragraph 3.10.1 Of Sae-ams-qq-s-763 And As Further Defined Elsewhere In This Contract/purchase Order. (k) Lot Definitions Of Forgings Are Not Applicable. (l) More Than The Usual Number Of Macrostructure Tests Is Not Required. (m) Forging Prolongations For Testing Are Not Applicable. (n) One Retest Is Permitted In Accordance With Paragraph 4.5.5 Of Sae-ams-qq-s-763. (o) Packaging And Packing Requirements Must Be As Specified Elsewhere In The Contract/purchase Order. (p) Special Marking For Shipment Must Be As Specified Elsewhere In The Contract/purchase Order. 3.2 Bar, Pipe, And Tube Quantities - When This Order Results In Supplying Fewer Than 5 Pieces As Defined In The "length" Paragraph Above, All Material Must Be From A Single Heat Of Material. 3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below. test - ;macrostructure ; item - ;bar, Metal (see Specification For Sample Size) ; performance - ;sae-ams-qq-s-763 ; acceptance - ;sae-ams-qq-s-763 ; 3.4 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government Inelectronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.4.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. Requests Must Include The information Listed Below. a. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. b. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. c. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To Theoperational Use Of The Product. d. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.4.2 Requests For Waivers/deviations For Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/ 3.4.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: a. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. b. A Complete Description Of The Change To Be Made And The Need For That Change. c. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. d. Proposed Changes To Documents Controlled By The Government. e. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. f. Recommendations About The Way A Retrofit Should Be Accomplished. g. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of Theproduct. h. Impacts To The Operational Use Of The Product. i. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. j. Milestones Relating To The Processing And Implementation Of The Engineeringchange. 3.5 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. 3.6 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. ^ Quality Assurance Requirements ^ 3.7 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected, identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer. 3.8 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.8.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government To Determine The System's Effectiveness In Meeting The Quality Requirements established In The Contract/purchase Order. 3.8.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon Notification, Make His Facilities available For Audit By The Contracting Officer Or His Authorized Representative. 3.8.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.8.4 This Contract Provides For The Performance Of Government Quality Assurance At Destination. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. 3.8.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco. 3.9 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.9.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made Available For operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.9.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided By The government. 3.10 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Any Purchasing Documents To A Subcontractor Must Cite The applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of This Order, Promptly Notify The Prime Contractor Who Will Notify The Pco So That Appropriate planning For Government Inspection Can Be Accomplished. 3.10.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.10.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.10.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.10.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be established. Records Of This Effort Must Be Available For Review By The Government. 3.10.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.11 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.11.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.11.2 Inspection For Completeness And Proper Type. 3.11.3 Verification Of Material Quality Received. 3.11.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.11.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.11.6 Identification And Protection From Improper Use Or Disposition. 3.11.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.11.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.11.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.12 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other required Objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within paragraph 3, Section C Of This Contract/purchase Order. 3.12.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That implement The Material Control Requirements Stated Herein And Elsewhere In The Contract/purchase Order. 3.13 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component. 3.14 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. In Addition To The Marking Requirements On Applicable Specifications, Marking For Traceability Is Required. Pipe, Tube, And Metal Bar Must Have both Permanent Marking And Temporary Marking Applied As Specified Below. 3.14.1 Permanent Marking - Permanent Traceability Marking Must Be Marked On Each End Of Each Pipe, Tube, And Metal Bar. (monel And K-monel Bar: 3/4 Inch To 1 Inch Rods, And 7/8 Inch Hex Bar May Be Marked On The Surface Near The End Of Bar/rod, And Rod Less than 3/4 Inch And Hex Bar Less Than 7/8 Inch May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Tag Or Box.) All Traceability Marking Must Be Permanently Applied In Accordance With Mil-std-792. An Alternate Marking Method Is Permissible provided It Is An Available Option In The Contractually Invoked Specification, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order, And Differs From That Specified In The Specification. Electric Arc Marking Or Impression marking Is Strictly Prohibited On Thin Wall Tubing. (wall Thickness Of Less Than 0.125 Inch). 3.14.2 Temporary Marking - Temporary Marking Must Consist Of: name Or Trademark Of Manufacturer, Specification And Grade (as Applicable), Size, Contract Number, And The Traceability Marking. Pipe And Tube Marking Must Also Include Sml (for Seamless). Marking Must Be In Accordance With The Material Specification And sae-ams-2806, Sae-ams-2807, Sae-ams-2809, Table I Of Sae-ams-std-185, Or Astm-b666 As Applicable. Application Must Be In Accordance With Mil-std-792, Type A (temporary Ink Stenciling). An Alternate Method Is Permissible For Monel And K-monel Bar Provided It is An Available Option (temporary Marking Only) In The Applicable Material Specification, Except That Hot Finished Rod With Rough Ground Surface 3/4 Inch And Under May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Bag Or Box. contamination Levels For Ink Stenciling Must Be As Outlined In Paragraph 5.2 Of Mil-std-792. 3.15 See Cdrl Di-misc-81020 (chemical And Mechanical) - Material Certification - In Addition To The Certification Data Requirements Specified In Di-misc-81020, The Following Material Certification Requirements Apply: 3.15.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The material Supplied. 3.15.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, The original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below. traceability Marking ________________________________________________ (marking On Finished Item) is Fabricated From Raw Material Identified To heat/lot Number ______________ And Heat Treat Number ______________________ (when Applicable) _________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.) 3.15.3 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract requirements. Transcription Of Certification Data Is Prohibited. 3.15.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable. 3.15.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.16 Material Handling - The Written Material Control Process Must Include The Following: 3.16.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.16.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.16.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.16.4 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.16.5 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.17 Receiving Inspection - 3.17.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To another Location. 3.17.2 Receiving Inspection Must Include As A Minimum - verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports. verification That Certification Test Reports Are Legible And Complete. verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements. 3.18 Discrepancy Reporting - 3.18.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government. 3.19 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.19.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.19.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.19.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.19.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.20 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To The Contractor - 4.1.1 The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. The Departure Must Be considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Record Of These Departures, Traceable To The Applicable Part Number And contract Number Must Be Submitted To The Pco. 4.1.3 The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions, And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That He Material Supplied conforms To The Specified Requirements. 6.1.7 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks). Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.8 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.9 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.10 A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.11 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.12 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.13 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.14 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.15 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.16 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.17 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Nov 15 2011 - Combined 304/304l And 316/316l Niins Meeting Chem/mech Of Both - Dual Marking - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - May 02 2009 - Added Lubricants And Sealants To The C Of C - Aug 27 2014 - Took Out Contractor's Phone Number Requirement - May 16 2013 - Removed Gsi From This Material. - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section ; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Date7 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n743.49|wvb|7176052147|benjamin.t.spangler.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E.| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8||||||||| variation In Quantity (apr 1984)|3|0|5|| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |n/a|tbd|noo104|tbd|n39040|n50286|tbd|133.2|n/a|n/a|n39040|n/a|n/a|see Dd Form 1423|port_ptnh_wawf_notification@navy.m il Benjamin.t.spangler.civ@us.navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|365 Days After Acceptance Of Material|365 Days After Acceptance Of Material||||| warranty Of Data--basic (mar 2014)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (jan 2025)|13|331221|1000|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| this Amendment Is Issued To Update Solicitation Remark To The Following: 3. The Following Proposed Delivery Schedule Applies:submission Of Certification Data Cdrls Will Be On Or Before 20 Days Prior To Scheduled Delivery.pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt Of Certification Dd 1423 Cdrls. Final delivery Of Material Will Be On Or Before 365 Days After Effective Date Of The Resulting Contract. all Other Terms And Conditions Remain The Same. \ 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2. Portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference Ton00102 Within This Order Should Be Updated To N50286. 3. The Following Proposed Delivery Schedule Applies: submission Of Certification Data Cdrls Will Be On Or Before 20 Days Prior To Scheduled Delivery. Pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt Of Certification Dd 1423 Cdrls. Final Delivery Of Material Will Be On Or Before ### Days After Effective Date Of The Resulting Contract. 4. Any Contract Awarded As A Result Of This Solicitation Will Be "do" Rated Order; "do" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). 5. Navsup Wss Mechanicsburg Will Be Considering Past Performance In The Evaluation Of Offers In Accordance With Far 13.106(a)(2) And Dfars 252.213-7000. 6. Far 52.232-25(a)(5), Entitled Prompt Payment, Constructive Acceptance Is Changed From 7 Days To 45 Days After Delivery Of The Supplies In Accordance With The Terms And Conditions Of The Contract. 7. This Order Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf). 8. Viq 0+/5- Applies To This Order. (to Cover Production Shortfalls) 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2.2 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. document Ref Data=astm-e18 | | | |200201|a| | | document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-b666 | | | |201101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=sae Ams 2806 | | |c |080301|a| | | document Ref Data=sae Ams 2807 | | |a |000901|a| | | document Ref Data=sae Ams 2809 | | |a |070801|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=sae Ams-std-185 | | | |000901|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=sae Ams-qq-s-763 | | |d |150301|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | 3. Requirements 3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Sae-ams-qq-s-763 Except As Amplified Or Modified Herein. Sae-ams-qq-s-763 Ordering Data Information Is Provided Below: (a) Steel Bars, Wire, Shapes, And Forgings, Corrosion Resisting Steel; Sae-ams-qq-s-763. (b) Class - ;316/316l Condition A (must Meet The Chemical And Mechanical Properties Of Both Classes); Condition - ;a; Form - ;bar, 3 Inches (round); Finish - Any Appropriate Finish Option Of Sae-ams-qq-763 Except Hot Finished, Scale Not Removed. (c) Melting Practice - Electric Furnace, Electric Induction, Vacuum Furnace, Electroslag Remelt (esr), Or Argon Oxygen Decarburization (aod). Other Suitable Commercial Processes Must Be Submitted And Navy Approved Before They May Be Used. (d) Special Cleaning Processes Are Not Applicable. (e) Allowances For Machining Are Not Applicable. (f) Major Stress Surface Areas Of The Finished Part Are Not Applicable. (g) Low Magnetic Permeability Is Required For 300 Series Austenitic Corrosion Resistant Steels When Ordered In The Annealed Condition. The Relative Magnetic Permeability Must Be Determined And Must Not Exceed 2.0 (air - 1.0). Low Magnetic Permeability Is Not required For Conditions B, H, Or T Unless Otherwise Specified. (h) Length - Under 5" Dia. = 8 Feet Min / 12 Feet Max (plus Or Minus 10%) 5" Dia & Over = 5 Feet Min / 12 Feet Max (plus Or Minus 10%) Or As Specified Elsewhere In The Contract/purchase (i) Forgings Are Not Applicable. (j) Identification Marking Is Required In Accordance With Paragraph 3.10.1 Of Sae-ams-qq-s-763 And As Further Defined Elsewhere In This Contract/purchase Order. (k) Lot Definitions Of Forgings Are Not Applicable. (l) More Than The Usual Number Of Macrostructure Tests Is Not Required. (m) Forging Prolongations For Testing Are Not Applicable. (n) One Retest Is Permitted In Accordance With Paragraph 4.5.5 Of Sae-ams-qq-s-763. (o) Packaging And Packing Requirements Must Be As Specified Elsewhere In The Contract/purchase Order. (p) Special Marking For Shipment Must Be As Specified Elsewhere In The Contract/purchase Order. 3.2 ;hardness Must Be Checked In Accordance With Astm E18. Hardness Must Not Exceed Rockwell B95. In Addition, The Tensile Strength Must Be Between 75 Ksi Minimum And 100 Ksi Maximum For The Material.; 3.3 Bar, Pipe, And Tube Quantities - When This Order Results In Supplying Fewer Than 5 Pieces As Defined In The "length" Paragraph Above, All Material Must Be From A Single Heat Of Material. 3.4 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below. test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining) item - ;bar, Metal (one Sample From Each Lot); performance - Sae-ams-qq-s-763 acceptance - Sae-ams-qq-s-763 3.5 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. 3.6 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government Inelectronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.6.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. Requests Must Include The information Listed Below. a. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. b. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. c. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To Theoperational Use Of The Product. d. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.6.2 Requests For Waivers/deviations For Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/ 3.6.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: a. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. b. A Complete Description Of The Change To Be Made And The Need For That Change. c. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. d. Proposed Changes To Documents Controlled By The Government. e. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. f. Recommendations About The Way A Retrofit Should Be Accomplished. g. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of Theproduct. h. Impacts To The Operational Use Of The Product. i. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. j. Milestones Relating To The Processing And Implementation Of The Engineeringchange. 3.7 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. ^ Quality Assurance Requirements ^ 3.8 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected, identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer. 3.9 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.9.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government To Determine The System's Effectiveness In Meeting The Quality Requirements established In The Contract/purchase Order. 3.9.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon Notification, Make His Facilities available For Audit By The Contracting Officer Or His Authorized Representative. 3.9.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.9.4 This Contract Provides For The Performance Of Government Quality Assurance At Destination. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. 3.9.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco. 3.10 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.10.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made Available For operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.10.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided By The government. 3.11 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Any Purchasing Documents To A Subcontractor Must Cite The applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of This Order, Promptly Notify The Prime Contractor Who Will Notify The Pco So That Appropriate planning For Government Inspection Can Be Accomplished. 3.11.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.11.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.11.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.11.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be established. Records Of This Effort Must Be Available For Review By The Government. 3.11.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.12 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.12.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.12.2 Inspection For Completeness And Proper Type. 3.12.3 Verification Of Material Quality Received. 3.12.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.12.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.12.6 Identification And Protection From Improper Use Or Disposition. 3.12.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.12.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.12.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.13 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other required Objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within paragraph 3, Section C Of This Contract/purchase Order. 3.13.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That implement The Material Control Requirements Stated Herein And Elsewhere In The Contract/purchase Order. 3.14 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component. 3.15 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. In Addition To The Marking Requirements On Applicable Specifications, Marking For Traceability Is Required. Pipe, Tube, And Metal Bar Must Have both Permanent Marking And Temporary Marking Applied As Specified Below. 3.15.1 Permanent Marking - Permanent Traceability Marking Must Be Marked On Each End Of Each Pipe, Tube, And Metal Bar. (monel And K-monel Bar: 3/4 Inch To 1 Inch Rods, And 7/8 Inch Hex Bar May Be Marked On The Surface Near The End Of Bar/rod, And Rod Less than 3/4 Inch And Hex Bar Less Than 7/8 Inch May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Tag Or Box.) All Traceability Marking Must Be Permanently Applied In Accordance With Mil-std-792. An Alternate Marking Method Is Permissible provided It Is An Available Option In The Contractually Invoked Specification, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order, And Differs From That Specified In The Specification. Electric Arc Marking Or Impression marking Is Strictly Prohibited On Thin Wall Tubing. (wall Thickness Of Less Than 0.125 Inch). 3.15.2 Temporary Marking - Temporary Marking Must Consist Of: name Or Trademark Of Manufacturer, Specification And Grade (as Applicable), Size, Contract Number, And The Traceability Marking. Pipe And Tube Marking Must Also Include Sml (for Seamless). Marking Must Be In Accordance With The Material Specification And sae-ams-2806, Sae-ams-2807, Sae-ams-2809, Table I Of Sae-ams-std-185, Or Astm-b666 As Applicable. Application Must Be In Accordance With Mil-std-792, Type A (temporary Ink Stenciling). An Alternate Method Is Permissible For Monel And K-monel Bar Provided It is An Available Option (temporary Marking Only) In The Applicable Material Specification, Except That Hot Finished Rod With Rough Ground Surface 3/4 Inch And Under May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Bag Or Box. contamination Levels For Ink Stenciling Must Be As Outlined In Paragraph 5.2 Of Mil-std-792. 3.16 See Cdrl Di-misc-81020 (chemical And Mechanical) - Material Certification - In Addition To The Certification Data Requirements Specified In Di-misc-81020, The Following Material Certification Requirements Apply: 3.16.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The material Supplied. 3.16.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, The original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below. traceability Marking ________________________________________________ (marking On Finished Item) is Fabricated From Raw Material Identified To heat/lot Number ______________ And Heat Treat Number ______________________ (when Applicable) _________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.) 3.16.3 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract requirements. Transcription Of Certification Data Is Prohibited. 3.16.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable. 3.16.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.17 Material Handling - The Written Material Control Process Must Include The Following: 3.17.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.17.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.17.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.17.4 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.17.5 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.18 Receiving Inspection - 3.18.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To another Location. 3.18.2 Receiving Inspection Must Include As A Minimum - verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports. verification That Certification Test Reports Are Legible And Complete. verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements. 3.19 Discrepancy Reporting - 3.19.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government. 3.20 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.20.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.20.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.20.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.20.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.21 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To The Contractor - 4.1.1 The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. The Departure Must Be considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Record Of These Departures, Traceable To The Applicable Part Number And contract Number Must Be Submitted To The Pco. 4.1.3 The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions, And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That He Material Supplied conforms To The Specified Requirements. 6.1.7 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks). Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.8 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.9 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.10 A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.11 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.12 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.13 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.14 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.15 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.16 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.17 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ; - 10/20/2016 - Updated Ecds Url - Nov 15 2011 - Combined 304/304l And 316/316l Niins Meeting Chem/mech Of Both - Dual Marking - Feb 03 2011 - Clarified Intergranular Corrosion Test On Raw Stock - Oct 22 2012 - Identified Intergranular Corrosion Test Material Classes - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - May 02 2009 - Added Lubricants And Sealants To The C Of C - Aug 27 2014 - Took Out Contractor's Phone Number Requirement - May 16 2013 - Removed Gsi From This Material. - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section.; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Date10 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n743.18|wvb|717-991-9570|karen.palm@navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Sections C & E| inspection Of Supplies--fixed-price (aug 1996)|2||| variation In Quantity (apr 1984)|3|10|0|total Quantity Of Item 0001| general Information-fob-destination|1|b/a| wide Area Workflow Payment Instructions (jan 2023)|16|material - Invoice & Receiving Report (combo), Certifications - Stand Alone Receiving Report|material - Inspection/acceptance At Source, Certifications - Inspection At Destination & Acceptance At Other|tbd|n001 04|tbd|n39040 - Certs, S4306a - Material|n50286|tbd|133.2|na|na|n39040 - Certs|na |na|see Dd1423|port_ptnh_wawf_notification@navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|1 Year From Date Of Delviery|1 Year From Date Of Delivery||||| warranty Of Data--basic (mar 2014)|2||| buy American --free Trade Agreements--balance Of Payments Program - Basic (feb2024))|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|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 Certificate-basic (feb 2024)|1|| annual Representations And Certifications (feb 2024)|13|331221|500|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||dx| this Amendment Was Issued To Update The Poc And Change The Closing Date. the Closing Date Is Extended To 15 Jan 2025. \ 1. Dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mech. 2. Submit Certifications In Wawf At Least 20 Days Prior To The Required Delivery Date. 3. Any Contract Awarded As A Result Of This Solicitation Will Be "do" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). 4. A Variation In Quantity Of +10%/-0% Of The Total Contract Quantity Is Allowed. See Far 52.211-16 For Further Details. 5. Far 52.232-25(a)(5) Entitled Prompt Payment, Contructive Acceptance Is Changed From 7 Days To 45 Days After Delivery Of The Supplies In Accordance With The Terms And Conditions Of The Contract. \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2.2 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. document Ref Data=ansi/asq-z1.4 | | | |080101|a| | | document Ref Data=astm-b666 | | | |201101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=sae Ams 2806 | | |c |080301|a| | | document Ref Data=sae Ams 2807 | | |a |000901|a| | | document Ref Data=sae Ams 2809 | | |a |070801|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=sae-ams-std-183 | | | |000901|a| | | document Ref Data=sae-ams-qq-s-763 | | |d |150301|a| | | 3. Requirements 3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Sae-ams-qq-s-763 Except As Amplified Or Modified Herein. Sae-ams-qq-s-763 Ordering Data Information Is Provided Below: (a) Steel Bars, Wire, Shapes, And Forgings, Corrosion Resisting Steel; Sae-ams-qq-s-763. (b) Class - ;316/316l Condition A (must Meet The Chemical And Mechanical Properties Of Both Classes); Condition - ;a; Form - ;bar, 4 3/4 Inches (round); Finish - Any Appropriate Finish Option Of Sae-ams-qq-763 Except Hot Finished, Scale Not Removed. (c) Melting Practice - Electric Furnace, Electric Induction, Vacuum Furnace, Electroslag Remelt (esr), Or Argon Oxygen Decarburization (aod). Other Suitable Commercial Processes Must Be Submitted And Navy Approved Before They May Be Used. (d) Special Cleaning Processes Are Not Applicable. (e) Allowances For Machining Are Not Applicable. (f) Major Stress Surface Areas Of The Finished Part Are Not Applicable. (g) Low Magnetic Permeability Is Required For 300 Series Austenitic Corrosion Resistant Steels When Ordered In The Annealed Condition. The Relative Magnetic Permeability Must Be Determined And Must Not Exceed 2.0 (air - 1.0). Low Magnetic Permeability Is Not required For Conditions B, H, Or T Unless Otherwise Specified. (h) Length - Under 5" Dia. = 8 Feet Min / 12 Feet Max (plus Or Minus 10%) 5" Dia & Over = 5 Feet Min / 12 Feet Max (plus Or Minus 10%) Or As Specified Elsewhere In The Contract/purchase (i) Forgings Are Not Applicable. (j) Identification Marking Is Required In Accordance With Paragraph 3.10.1 Of Sae-ams-qq-s-763 And As Further Defined Elsewhere In This Contract/purchase Order. (k) Lot Definitions Of Forgings Are Not Applicable. (l) More Than The Usual Number Of Macrostructure Tests Is Not Required. (m) Forging Prolongations For Testing Are Not Applicable. (n) One Retest Is Permitted In Accordance With Paragraph 4.5.5 Of Sae-ams-qq-s-763. (o) Packaging And Packing Requirements Must Be As Specified Elsewhere In The Contract/purchase Order. (p) Special Marking For Shipment Must Be As Specified Elsewhere In The Contract/purchase Order. 3.2 Bar, Pipe, And Tube Quantities - When This Order Results In Supplying Fewer Than 5 Pieces As Defined In The "length" Paragraph Above, All Material Must Be From A Single Heat Of Material. 3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below. test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining) item - ;bar, Metal (one Sample From Each Lot); performance - Sae-ams-qq-s-763 acceptance - Sae-ams-qq-s-763 3.4 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. 3.5 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government Inelectronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.5.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. Requests Must Include The information Listed Below. a. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. b. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. c. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To Theoperational Use Of The Product. d. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.5.2 Requests For Waivers/deviations For Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/ 3.5.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: a. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. b. A Complete Description Of The Change To Be Made And The Need For That Change. c. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. d. Proposed Changes To Documents Controlled By The Government. e. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. f. Recommendations About The Way A Retrofit Should Be Accomplished. g. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of Theproduct. h. Impacts To The Operational Use Of The Product. i. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. j. Milestones Relating To The Processing And Implementation Of The Engineeringchange. 3.6 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. ^ Quality Assurance Requirements ^ 3.7 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected, identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer. 3.8 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.8.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government To Determine The System's Effectiveness In Meeting The Quality Requirements established In The Contract/purchase Order. 3.8.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon Notification, Make His Facilities available For Audit By The Contracting Officer Or His Authorized Representative. 3.8.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.8.4 This Contract Provides For The Performance Of Government Quality Assurance At Destination. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. 3.8.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco. 3.9 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.9.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made Available For operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.9.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided By The government. 3.10 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Any Purchasing Documents To A Subcontractor Must Cite The applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of This Order, Promptly Notify The Prime Contractor Who Will Notify The Pco So That Appropriate planning For Government Inspection Can Be Accomplished. 3.10.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.10.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.10.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.10.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be established. Records Of This Effort Must Be Available For Review By The Government. 3.10.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.11 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.11.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.11.2 Inspection For Completeness And Proper Type. 3.11.3 Verification Of Material Quality Received. 3.11.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.11.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.11.6 Identification And Protection From Improper Use Or Disposition. 3.11.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.11.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.11.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.12 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other required Objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within paragraph 3, Section C Of This Contract/purchase Order. 3.12.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That implement The Material Control Requirements Stated Herein And Elsewhere In The Contract/purchase Order. 3.13 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component. 3.14 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. In Addition To The Marking Requirements On Applicable Specifications, Marking For Traceability Is Required. Pipe, Tube, And Metal Bar Must Have both Permanent Marking And Temporary Marking Applied As Specified Below. 3.14.1 Permanent Marking - Permanent Traceability Marking Must Be Marked On Each End Of Each Pipe, Tube, And Metal Bar. (monel And K-monel Bar: 3/4 Inch To 1 Inch Rods, And 7/8 Inch Hex Bar May Be Marked On The Surface Near The End Of Bar/rod, And Rod Less than 3/4 Inch And Hex Bar Less Than 7/8 Inch May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Tag Or Box.) All Traceability Marking Must Be Permanently Applied In Accordance With Mil-std-792. An Alternate Marking Method Is Permissible provided It Is An Available Option In The Contractually Invoked Specification, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order, And Differs From That Specified In The Specification. Electric Arc Marking Or Impression marking Is Strictly Prohibited On Thin Wall Tubing. (wall Thickness Of Less Than 0.125 Inch). 3.14.2 Temporary Marking - Temporary Marking Must Consist Of: name Or Trademark Of Manufacturer, Specification And Grade (as Applicable), Size, Contract Number, And The Traceability Marking. Pipe And Tube Marking Must Also Include Sml (for Seamless). Marking Must Be In Accordance With The Material Specification And sae-ams-2806, Sae-ams-2807, Sae-ams-2809, Table I Of Sae-ams-std-185, Or Astm-b666 As Applicable. Application Must Be In Accordance With Mil-std-792, Type A (temporary Ink Stenciling). An Alternate Method Is Permissible For Monel And K-monel Bar Provided It is An Available Option (temporary Marking Only) In The Applicable Material Specification, Except That Hot Finished Rod With Rough Ground Surface 3/4 Inch And Under May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Bag Or Box. contamination Levels For Ink Stenciling Must Be As Outlined In Paragraph 5.2 Of Mil-std-792. 3.15 See Cdrl Di-misc-81020 (chemical And Mechanical) - Material Certification - In Addition To The Certification Data Requirements Specified In Di-misc-81020, The Following Material Certification Requirements Apply: 3.15.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The material Supplied. 3.15.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, The original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below. traceability Marking ________________________________________________ (marking On Finished Item) is Fabricated From Raw Material Identified To heat/lot Number ______________ And Heat Treat Number ______________________ (when Applicable) _________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.) 3.15.3 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract requirements. Transcription Of Certification Data Is Prohibited. 3.15.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable. 3.15.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.16 Material Handling - The Written Material Control Process Must Include The Following: 3.16.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.16.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.16.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.16.4 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.16.5 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.17 Receiving Inspection - 3.17.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To another Location. 3.17.2 Receiving Inspection Must Include As A Minimum - verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports. verification That Certification Test Reports Are Legible And Complete. verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements. 3.18 Discrepancy Reporting - 3.18.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government. 3.19 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.19.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.19.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.19.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.19.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.20 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To The Contractor - 4.1.1 The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. The Departure Must Be considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Record Of These Departures, Traceable To The Applicable Part Number And contract Number Must Be Submitted To The Pco. 4.1.3 The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions, And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That He Material Supplied conforms To The Specified Requirements. 6.1.7 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks). Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.8 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.9 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.10 A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.11 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.12 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.13 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.14 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.15 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.16 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.17 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Nov 15 2011 - Combined 304/304l And 316/316l Niins Meeting Chem/mech Of Both - Dual Marking - Feb 03 2011 - Clarified Intergranular Corrosion Test On Raw Stock - Oct 22 2012 - Identified Intergranular Corrosion Test Material Classes - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - May 02 2009 - Added Lubricants And Sealants To The C Of C - Aug 27 2014 - Took Out Contractor's Phone Number Requirement - May 16 2013 - Removed Gsi From This Material. - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Date14 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n743.4|wvb|717-605-3354|amanda.l.bailey50.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E. | inspection Of Supplies--fixed-price (aug 1996)|2||| variation In Quantity (apr 1984)|3|10%|10%|total Contract Quantity| general Information-fob-destination|1|a| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report- Certifications Combo- Receiving Report & Invoice- Material |n/a|tbd|n00104 |tbd|n39040 |n50286 |tbd|133.2|n/a|n/a|n39040 |n/a|n/a|see Dd F orm 1423 |port_ptnh_wawf_notification@navy.mil | navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|365 Days After Acceptances Of Material|365 Days After Acceptances Of Material||||| warranty Of Data--basic (mar 2014)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|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 Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|331221|1000|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| this Amendment Is Issued To Address Vendor Request. 1. Reference (a) Requests Acceptance Of The Reported Condition Where The 304/304lcondition A, 1 1/2" Hexagon Bar Stock In Accordance With Sae Ams-qq-s-763revision D Has A Brinell Hardness Of 192 Hbw, In Lieu Of A Rockwell B Hardness Ofb95, For The Subject contract. in Response, The Reported Condition Where The 304/304l Condition A, 1 1/2" Hexagon Barstock In Accordance With Sae Ams-qq-s-763 Revision D Has A Brinell Hardness Of192 Hbw, In Lieu Of A Rockwell B Hardness Of B95, Is Acceptable For The Subjectsolicitation And subsequent Contract Only. the Closing Date Has Been Extended To 21mar2025. all Other Terms And Conditions Remain The Same. for Pco Use Only (er-56217) \ this Amendment Is Issued To Extend The Closing Date To 06dec2024. \ dd1423 Data Item A001 May Be Waived If Already On File At Navsup Wss Mechanicsburg. any Contract Awarded As A Result Of This Solicitation Will Be "do" Rated Order Certified For National Defense Use Under The Defense Priorities Allocations System (dpas). a Variation In Quantity Of -10% Of The Total Contract Quantity Is Allowed. See Far 52.211-16 For Further Details. navsup Wss Mechanicsburg Will Be Considering Past Performance In The Evaluation Of Offers In Accordance With Far 13.106(a)(2) And Dfars 252.213-7000. if Drawings Are Included In The Solicitation, Access Needs To Be Requested On The Individual Solicitation Page On Contracts Opportunities On The Government's Sam Website. After Requesting Access, Send An Email To The Primary Poc Listed On The Solicitation. this Solicitation Has No Gsi. Inspect/accept Will Be Destination/destination. \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2.2 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-b666 | | | |201101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=sae Ams 2806 | | |c |080301|a| | | document Ref Data=sae Ams 2807 | | |a |000901|a| | | document Ref Data=sae Ams 2809 | | |a |070801|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=sae Ams-std-185 | | | |000901|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=sae Ams-qq-s-763 | | |d |150301|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | 3. Requirements 3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Sae-ams-qq-s-763 Except As Amplified Or Modified Herein. Sae-ams-qq-s-763 Ordering Data Information Is Provided Below: (a) Steel Bars, Wire, Shapes, And Forgings, Corrosion Resisting Steel; Sae-ams-qq-s-763. (b) Class - ;304/304l Condition A (must Meet The Chemical And Mechanical Properties Of Both Classes); Condition - ;a; Form - ;1 1/2 Inches (hexagon); Finish - Any Appropriate Finish Option Of Sae-ams-qq-763 Except Hot Finished, Scale Not Removed. (c) Melting Practice - Electric Furnace, Electric Induction, Vacuum Furnace, Electroslag Remelt (esr), Or Argon Oxygen Decarburization (aod). Other Suitable Commercial Processes Must Be Submitted And Navy Approved Before They May Be Used. (d) Special Cleaning Processes Are Not Applicable. (e) Allowances For Machining Are Not Applicable. (f) Major Stress Surface Areas Of The Finished Part Are Not Applicable. (g) Low Magnetic Permeability Is Required For 300 Series Austenitic Corrosion Resistant Steels When Ordered In The Annealed Condition. The Relative Magnetic Permeability Must Be Determined And Must Not Exceed 2.0 (air - 1.0). Low Magnetic Permeability Is Not required For Conditions B, H, Or T Unless Otherwise Specified. (h) Length - Under 5" Dia. = 8 Feet Min / 12 Feet Max (plus Or Minus 10%) 5" Dia & Over = 5 Feet Min / 12 Feet Max (plus Or Minus 10%) Or As Specified Elsewhere In The Contract/purchase (i) Forgings Are Not Applicable. (j) Identification Marking Is Required In Accordance With Paragraph 3.10.1 Of Sae-ams-qq-s-763 And As Further Defined Elsewhere In This Contract/purchase Order. (k) Lot Definitions Of Forgings Are Not Applicable. (l) More Than The Usual Number Of Macrostructure Tests Is Not Required. (m) Forging Prolongations For Testing Are Not Applicable. (n) One Retest Is Permitted In Accordance With Paragraph 4.5.5 Of Sae-ams-qq-s-763. (o) Packaging And Packing Requirements Must Be As Specified Elsewhere In The Contract/purchase Order. (p) Special Marking For Shipment Must Be As Specified Elsewhere In The Contract/purchase Order. 3.2 ;hardness Must Be Checked In Accordance With Astm E18. Hardness Must Not Exceed Rockwell B95. In Addition, The Tensile Strength Must Be Between 75 Ksi Minimum And 100 Ksi Maximum For The Material.; 3.3 Bar, Pipe, And Tube Quantities - When This Order Results In Supplying Fewer Than 5 Pieces As Defined In The "length" Paragraph Above, All Material Must Be From A Single Heat Of Material. 3.4 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below. test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining) item - ;bar, Metal (one Sample From Each Lot); performance - Sae-ams-qq-s-763 acceptance - Sae-ams-qq-s-763 3.5 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. 3.6 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government Inelectronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.6.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. Requests Must Include The information Listed Below. a. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. b. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. c. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To Theoperational Use Of The Product. d. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.6.2 Requests For Waivers/deviations For Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/ 3.6.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: a. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. b. A Complete Description Of The Change To Be Made And The Need For That Change. c. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. d. Proposed Changes To Documents Controlled By The Government. e. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. f. Recommendations About The Way A Retrofit Should Be Accomplished. g. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of Theproduct. h. Impacts To The Operational Use Of The Product. i. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. j. Milestones Relating To The Processing And Implementation Of The Engineeringchange. 3.7 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. ^ Quality Assurance Requirements ^ 3.8 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected, identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer. 3.9 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.9.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government To Determine The System's Effectiveness In Meeting The Quality Requirements established In The Contract/purchase Order. 3.9.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon Notification, Make His Facilities available For Audit By The Contracting Officer Or His Authorized Representative. 3.9.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.9.4 This Contract Provides For The Performance Of Government Quality Assurance At Destination. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. 3.9.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco. 3.10 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.10.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made Available For operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.10.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided By The government. 3.11 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Any Purchasing Documents To A Subcontractor Must Cite The applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of This Order, Promptly Notify The Prime Contractor Who Will Notify The Pco So That Appropriate planning For Government Inspection Can Be Accomplished. 3.11.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.11.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.11.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.11.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be established. Records Of This Effort Must Be Available For Review By The Government. 3.11.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.12 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.12.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.12.2 Inspection For Completeness And Proper Type. 3.12.3 Verification Of Material Quality Received. 3.12.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.12.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.12.6 Identification And Protection From Improper Use Or Disposition. 3.12.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.12.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.12.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.13 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other required Objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within paragraph 3, Section C Of This Contract/purchase Order. 3.13.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That implement The Material Control Requirements Stated Herein And Elsewhere In The Contract/purchase Order. 3.14 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component. 3.15 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. In Addition To The Marking Requirements On Applicable Specifications, Marking For Traceability Is Required. Pipe, Tube, And Metal Bar Must Have both Permanent Marking And Temporary Marking Applied As Specified Below. 3.15.1 Permanent Marking - Permanent Traceability Marking Must Be Marked On Each End Of Each Pipe, Tube, And Metal Bar. (monel And K-monel Bar: 3/4 Inch To 1 Inch Rods, And 7/8 Inch Hex Bar May Be Marked On The Surface Near The End Of Bar/rod, And Rod Less than 3/4 Inch And Hex Bar Less Than 7/8 Inch May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Tag Or Box.) All Traceability Marking Must Be Permanently Applied In Accordance With Mil-std-792. An Alternate Marking Method Is Permissible provided It Is An Available Option In The Contractually Invoked Specification, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order, And Differs From That Specified In The Specification. Electric Arc Marking Or Impression marking Is Strictly Prohibited On Thin Wall Tubing. (wall Thickness Of Less Than 0.125 Inch). 3.15.2 Temporary Marking - Temporary Marking Must Consist Of: name Or Trademark Of Manufacturer, Specification And Grade (as Applicable), Size, Contract Number, And The Traceability Marking. Pipe And Tube Marking Must Also Include Sml (for Seamless). Marking Must Be In Accordance With The Material Specification And sae-ams-2806, Sae-ams-2807, Sae-ams-2809, Table I Of Sae-ams-std-185, Or Astm-b666 As Applicable. Application Must Be In Accordance With Mil-std-792, Type A (temporary Ink Stenciling). An Alternate Method Is Permissible For Monel And K-monel Bar Provided It is An Available Option (temporary Marking Only) In The Applicable Material Specification, Except That Hot Finished Rod With Rough Ground Surface 3/4 Inch And Under May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Bag Or Box. contamination Levels For Ink Stenciling Must Be As Outlined In Paragraph 5.2 Of Mil-std-792. 3.16 See Cdrl Di-misc-81020 (chemical And Mechanical) - Material Certification - In Addition To The Certification Data Requirements Specified In Di-misc-81020, The Following Material Certification Requirements Apply: 3.16.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The material Supplied. 3.16.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, The original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below. traceability Marking ________________________________________________ (marking On Finished Item) is Fabricated From Raw Material Identified To heat/lot Number ______________ And Heat Treat Number ______________________ (when Applicable) _________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.) 3.16.3 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract requirements. Transcription Of Certification Data Is Prohibited. 3.16.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable. 3.16.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.17 Material Handling - The Written Material Control Process Must Include The Following: 3.17.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.17.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.17.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.17.4 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.17.5 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.18 Receiving Inspection - 3.18.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To another Location. 3.18.2 Receiving Inspection Must Include As A Minimum - verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports. verification That Certification Test Reports Are Legible And Complete. verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements. 3.19 Discrepancy Reporting - 3.19.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government. 3.20 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.20.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.20.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.20.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.20.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.21 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To The Contractor - 4.1.1 The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. The Departure Must Be considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Record Of These Departures, Traceable To The Applicable Part Number And contract Number Must Be Submitted To The Pco. 4.1.3 The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions, And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That He Material Supplied conforms To The Specified Requirements. 6.1.7 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks). Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.8 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.9 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.10 A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.11 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.12 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.13 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.14 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.15 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.16 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.17 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Nov 15 2011 - Combined 304/304l And 316/316l Niins Meeting Chem/mech Of Both - Dual Marking - Feb 03 2011 - Clarified Intergranular Corrosion Test On Raw Stock - Oct 22 2012 - Identified Intergranular Corrosion Test Material Classes - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - May 02 2009 - Added Lubricants And Sealants To The C Of C - Aug 27 2014 - Took Out Contractor's Phone Number Requirement - May 16 2013 - Removed Gsi From This Material. - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; no Gsi Invoked; Do Not Invoke Clause 52.246-11 date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Date21 Mar 2025
Tender AmountRefer Documents 

BULACAN AGRICULTURAL STATE COLLEGE Tender

Machinery and Tools
Corrigendum : Closing Date Modified
Philippines
Details: Description Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Procurement Of Goods 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) Fy 2025 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign- Assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations 4 Section I. Invitation To Bid 7 Section Ii. Instructions To Bidders 10 1. Scope Of Bid 11 2. Funding Information 11 3. Bidding Requirements 11 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 11 5. Eligible Bidders 11 6. Origin Of Goods 12 7. Subcontracts 12 8. Pre-bid Conference 12 9. Clarification And Amendment Of Bidding Documents 12 10. Documents Comprising The Bid: Eligibility And Technical Components 12 11. Documents Comprising The Bid: Financial Component 13 12. Bid Prices 13 13. Bid And Payment Currencies 14 14. Bid Security 14 15. Sealing And Marking Of Bids 14 16. Deadline For Submission Of Bids 14 17. Opening And Preliminary Examination Of Bids 15 18. Domestic Preference 15 19. Detailed Evaluation And Comparison Of Bids 15 20. Post-qualification 16 21. Signing Of The Contract 16 Section Iii. Bid Data Sheet 17 Section Iv. General Conditions Of Contract 19 1. Scope Of Contract 20 2. Advance Payment And Terms Of Payment 20 3. Performance Security 20 4. Inspection And Tests 20 5. Warranty 21 6. Liability Of The Supplier 21 Section V. Special Conditions Of Contract 22 Section Vi. Schedule Of Requirements 24 Section Vii. Technical Specifications 28 Section Viii. Checklist Of Technical And Financial Documents 34 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Invitation To Bid For 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) 1. The Bulacan Agricultural State College, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Of Four Million One Hundred Forty Thousand Pesos (php4,140,000.00) Being The Abc To Payments Under The Contract 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bulacan Agricultural State College Now Invites Bids For Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment). Delivery Of The Goods Is Required With Contract Duration Of Ninety (90) Calendar Days. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Bulacan Agricultual State College And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8am To 4:30pm Monday To Friday, Except Those Declared As Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 4, 2025 To April 23, 2025 From The Given Address And Website(s) 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 Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Receipt Upon Submission Of Their Bid Documents. 6. The Bulacan Agricultural State College Will Hold A Pre-bid Conference1 On April 11, 2025, 09:00 Am Am Via Zoom Platform (meeting Id: 884 9404 6972, Passcode: Basc2025) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 08:30 Am Of April 23, 2025. 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 April 23, 2025, 09:00 Am At The Conference Room, Farmers’ Training Center, Basc, San Ildefonso, Bulacan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Observers Will Be Invited To Attend And Witness The Bid Proceedings. 11. The Bulacan Agricultural State College Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Rona Angela O. Clarin Bac Secretariat Head Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan (044) 697-1240 And 0923-108-1526 Ronaangela_clarin@basc.edu.ph Www.basc.edu.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://www.basc.edu.ph April 4, 2025 (sgd) Ronald Reagan T. Alonzo,ph.d. Bac Chairperson 1 May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bulacan Agricultural State College Wishes To Receive Bids For The Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) With Identification Number 2025-04g. The Procurement Project (referred To Herein As “project”) Is Composed Of Thirteen (13) Items The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For The Fiscal Year 2025 In The Amount Of Of Four Million One Hundred Forty Thousand Pesos (php4,140,000.00). 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Of 2025 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Not Applicable. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Through Videoconferencing/webcasting As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within The Last Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex- Warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration2 Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until 120 Days From The Opening Of Bids. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The Original Of The First And Second Components Of Its Bid And Plus Two (2) Copies Of Each Kind, Labeled As Copy 1 And Copy 2. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 2 In The Case Of Framework Agreement, The Undertaking Shall Refer To Entering Into Contract With The Procuring Entity And Furnishing Of The Performance Security Or The Performance Securing Declaration Within Ten (10) Calendar Days From Receipt Of Notice To Execute Framework Agreement. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As One Project Or Per Lot Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply, Delivery, And Installation Of Laboratory Equipment B. Completed Within Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Bid Prices Of Goods And Services Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Php82,800.00. [(2%) Of The Abc] If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Php207,000.00. [(5%) Of The Abc], If Bid Security Is In Surety Bond. 19.3 The Project Will Be Awarded As A Single Project. 20.2 1. Income Tax Return (form 1701/1702) With Audited Financial Statement., 2. Business Tax Return (forms 2550m And 2550q) Prior To Opening Of Bids Filed Thru Electronic Filing And Payment System (efps). Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. 21.2 Not Applicable Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: For Goods Supplied From Abroad, “the Delivery Terms Applicable To The Contract Are Ddp Delivered At The Bulacan Agricultural State College, Pinaod, San Ildefonso, Bulacan. In Accordance With Incoterms.” For Goods Supplied From Within The Philippines, “the Delivery Terms Applicable To This Contract Are Delivered At The Bulacan Agricultural State College, Pinaod, San Ildefonso, Bulacan. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Ms. Rona Angela O. Clarin, Basc Property Officer. Incidental Services – No Further Instructions. Spare Parts – No Further Instructions. Packaging – No Further Instructions. Transportation – The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – No Further Instructions. 2.2 The Terms Of Payment Shall Be As Follows: Upon Certification Of Complete Delivery Of Items By The End User And Basc Inspection Team.” 4 The Inspections And Tests That Will Be Conducted Are: On Site Testing Of All Items To Be Procured. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Numbe R Description Quan Tity Delivered, Weeks/months 1 Multiwater Parameter Quality Instrument 1 Pc Ninety (90) Calendar Days Auto Stable Built-in Barometer Auto Buffer Recognition For Us And Nist Buffers Connectivity: Usb 2.0 User-upgradeable Software Via Usb And Website Data Manager Desktop Software Data Memory: 5,000 Data Sets (data, Date, Time, User-defined Info) Display: Graphic Display With Detailed Help; Backlit Display And Keypad Do Sensors: Polarographic Or Galvanic Field Sensors; Self- Stirring Polarographic Bod Sensor For The Lab With Needed Accessories Ysi Galvanic Dissolved Oxygen Sensor Ysi Ph (ise) Sensor Ysi Ammonium (ise) Sensor Ysi Nitrate (ise) Sensor Ysi Chloride (ise) Sensor 2 6-pack + Carousel Bundle Pipettors 1 Lot Ninety (90) Calendar Days (1) Pipette Adjustable 0.1-2.5μl (1) Pipette Adjustable 0.5-10μl (1) Pipette Adjustable 2-20μl (1) Pipette Adjustable 10-100μl (1) Pipette Adjustable 20-200μl (1) Pipette Adjustable 100-1000μl (1) Pipette Carousel For 6 Pipette 3 Digital Bottletop, Burette/dispenser; 50ml - Clear 2 Pcs Ninety (90) Calendar Days Clear Bottle Min Volume (ml)0.01 Max Volume (ml) 50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 4 Digital Bottletop, Burette/dispenser; 50ml – Amber 2 Pcs Ninety (90) Calendar Days Amber Bottle Min Volume (ml)0.01 Max Volume (ml)50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 5 Benchtop Meter, Ph Electrode, Conductivity/temp Probe, 1 Lot Ninety (90) Calendar Days With Software And Stand Ph Ph Range –2.000 To 20.000 Resolution 0.001, 0.01, 0.1 Ph Accuracy ±0.002 Ph Calibration Up To 6 (usa, Nist, Din, Or Custom Buffer Sets) Mv Connectors Bnc Range ±2000.0 Mv Resolution 0.1 Mv Accuracy ±0.2 Mv Calibration Offset Up To +150 Connectors Bnc Ise Range 0.001 To 19,999 Ppm Resolution 2 Or 3 Digits Accuracy 0.5% Full Scale (monovalent), 1% Full Scale (divalent) Calibration Up To 8 Points Connectors Bnc 6 Lcd Digital Magnetic Hotplate Stirrer 4 Pcs Ninety (90) Calendar Days 7 X 7 In. Magnetic Hot Plate Stirrer Digital Speed Controlling, Max. Speed At 1500 Rpm Work Plate Temperature Is Optimized Up To 550°c. Two Rotating Knobs Enable Easy Adjustment Of Speed And Temperature Heat Only, Stir Only Or Heat And Stir Together Functions Remote Control Able, Providing Pc Control And Data Transmission 7 Phase Contrast And Dark Field Microscope 1 Pc Ninety (90) Calendar Days Head: Binocular Eyepieces: 10x/22mm Nosepiece: 5 Place Nosepiece Objectives: Plan Phase 10x, 20x, 40x, 100x Oil Stage: Mechanical Xy Condenser: Phase Turret Condenser - Brightfield, Ph1, Ph2, Ph3, Darkfield Focusing: Coarse & Fine Illumination: Halogen W/ Blue Filter Inclusions: Compatible Avr Initial Calibration Certificate 1 Year Warranty On Parts And Services 8 Digital Orbital Shaker 1 Pc Ninety (90) Calendar Days Digital Feedback Control Shaking Motion Orbital Motion Speed Range 10 ~ 300 Rpm Max. Load 10 Kg Amplitude Of Rotation (mm) 20, 30, 40 Available (30 As Factory Default) Motor Brushless Dc Motor Permissible Ambient Temperature Ambient +5 ~ 50℃ Permissible Relative Moisture 85% Timer & Alarm 99hr 59min (with Continuous Run.), Error Status & Timer-end Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller 9 Digital Reciprocating Shaker 10~300 Rpm, Low Noise With 1 Pc Ninety (90) Calendar Days Programmable Digital Feedback Control Shaking Motion Reciprocating Speed Range 10 ~ 300 Rpm Amplitude Of Rotation (mm) 20, 30, 40 Available Timer & Alarm 99hr 59min (with Continuous Run.), Error Status & Timer-end Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller With Jog-shuttle Switch (turn+pus) Program Function 10 Steps, 6 Programs Platform Universal Platform For Various Shapes & Size Of Flask Durable & Flexible Plastic Flask Holder Alarm (error Status And Timer-end) 10 Scientific Vortex Mixer 2 Pcs Ninety (90) Calendar Days - Deal For Mixing Solutions In Test Tubes Or Small Flasks With Circular, Oscillating Movement - Variable Speed Control Allows Slow Speed Shaking Action Up To High Speed Vortexing - Gentle Mixing To Re-suspending Pellet - Continuous-run Or Touch-activated Run Modes. - Powerful Motor For Efficient Mixing - Optimized Counterbalance System Minimizes Vibration. - Special Designed Silicon Feet Absorb Vibration At High Speeds. - Electronic Speed Control For Constant Speed Even During Changes In Load - Universal Head For A Variety Of Mixing Applications - Accepting Vessels Up To 76mm Diameter - Mbr(methyl Methacrylate Butadiene Rubber) Feet For Ultra Stability And Vibration Damping 11 Soil Color Book – For Soil - 10y And 5gy Soil Chart For Glauconite Soils, - 5r Soil Chart For Australia And Southeast Asia -7.5r Soil Chart For Tropical And Semi-tropical Soils. - Low Chroma “white” Page Shows Half Steps From 8.5 To 9.5 In Value With Chromas Of 1 And 2 For N, 7.5yr, 10yr, And 2.5y. - Page To Describe Carbonate, Silica, Gypsum, And Soluble Salt Precipitates And Evaporites -light Gray Pages To Decrease Sun Glare. 5 Pcs Ninety (90) Calendar Days 12 Laboratory Speed Blender (for Animal Or Plant Tissue) 16-speed Blender Large 40-oz (118ml) Glass Pitcher With A Plastic Lid. The Lid Can Also Be Used As A Convenient 60ml Mixing Cup. 2 Pcs Ninety (90) Calendar Days 13 Portable 60 Liters/day Dehumidifier For Laboratory Extraction Rate: 60 Liters/day At 80% Rh Power Rating: 920w, 220v, 60hz, Single Phase With Rollers Casters Refrigerant: R410a, 240g Rated Current: 4.3a Max Noise Level: 48db Bucket Capacity: 6.5 Liters Humidity Control Range: 35 To 80% Ambient Environment 5-32c 1 Pc Ninety (90) Calendar Days All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness , And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Multiwater Parameter Quality Instrument Auto Stable Built-in Barometer Auto Buffer Recognition For Us And Nist Buffers Connectivity: Usb 2.0 User-upgradeable Software Via Usb And Website Data Manager Desktop Software Data Memory: 5,000 Data Sets (data, Date, Time, User-defined Info) Display: Graphic Display With Detailed Help; Backlit Display And Keypad Do Sensors: Polarographic Or Galvanic Field Sensors; Self- Stirring Polarographic Bod Sensor For The Lab With Needed Accessories Ysi Galvanic Dissolved Oxygen Sensor Ysi Ph (ise) Sensor Ysi Ammonium (ise) Sensor Ysi Nitrate (ise) Sensor Ysi Chloride (ise) Sensor 2 6-pack + Carousel Bundle Pipettors (1) Pipette Adjustable 0.1-2.5μl (1) Pipette Adjustable 0.5-10μl (1) Pipette Adjustable 2-20μl (1) Pipette Adjustable 10-100μl (1) Pipette Adjustable 20-200μl (1) Pipette Adjustable 100-1000μl (1) Pipette Carousel For 6 Pipette 3 Digital Bottletop, Burette/dispenser; 50ml - Clear Clear Bottle Min Volume (ml)0.01 Max Volume (ml) 50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 4 Digital Bottletop, Burette/dispenser; 50ml – Amber Amber Bottle Min Volume (ml)0.01 Max Volume (ml)50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 5 Benchtop Meter, Ph Electrode, Conductivity/temp Probe, With Software And Stand Ph Ph Range –2.000 To 20.000 Resolution 0.001, 0.01, 0.1 Ph Accuracy ±0.002 Ph Calibration Up To 6 (usa, Nist, Din, Or Custom Buffer Sets) Mv Connectors Bnc Range ±2000.0 Mv Resolution 0.1 Mv Accuracy ±0.2 Mv Calibration Offset Up To +150 Connectors Bnc Ise Range 0.001 To 19,999 Ppm Resolution 2 Or 3 Digits Accuracy 0.5% Full Scale (monovalent), 1% Full Scale (divalent) Calibration Up To 8 Points Connectors Bnc 6 Lcd Digital Magnetic Hotplate Stirrer 7 X 7 In. Magnetic Hot Plate Stirrer Digital Speed Controlling, Max. Speed At 1500 Rpm Work Plate Temperature Is Optimized Up To 550°c. Two Rotating Knobs Enable Easy Adjustment Of Speed And Temperature Heat Only, Stir Only Or Heat And Stir Together Functions Remote Control Able, Providing Pc Control And Data Transmission 7 Phase Contrast And Dark Field Microscope Head: Binocular Eyepieces: 10x/22mm Nosepiece: 5 Place Nosepiece Objectives: Plan Phase 10x, 20x, 40x, 100x Oil Stage: Mechanical Xy Condenser: Phase Turret Condenser - Brightfield, Ph1, Ph2, Ph3, Darkfield Focusing: Coarse & Fine Illumination: Halogen W/ Blue Filter Inclusions: Compatible Avr Initial Calibration Certificate 1 Year Warranty On Parts And Services 8 Digital Orbital Shaker Digital Feedback Control Shaking Motion Orbital Motion Speed Range 10 ~ 300 Rpm Max. Load 10 Kg Amplitude Of Rotation (mm) 20, 30, 40 Available (30 As Factory Default) Motor Brushless Dc Motor Permissible Ambient Temperature Ambient +5 ~ 50℃ Permissible Relative Moisture 85% Timer & Alarm 99hr 59min (with Continuous Run.), Error Status & Timer-end Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller 9 Digital Reciprocating Shaker 10~300 Rpm, Low Noise With Programmable Digital Feedback Control Shaking Motion Reciprocating Speed Range 10 ~ 300 Rpm Amplitude Of Rotation (mm) 20, 30, 40 Available Timer & Alarm 99hr 59min (with Continuous Run.), Error Status & Timer-end Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller With Jog-shuttle Switch (turn+pus) Program Function 10 Steps, 6 Programs Platform Universal Platform For Various Shapes & Size Of Flask Durable & Flexible Plastic Flask Holder Alarm (error Status And Timer-end) 10 Scientific Vortex Mixer - Deal For Mixing Solutions In Test Tubes Or Small Flasks With Circular, Oscillating Movement - Variable Speed Control Allows Slow Speed Shaking Action Up To High Speed Vortexing - Gentle Mixing To Re-suspending Pellet - Continuous-run Or Touch-activated Run Modes. - Powerful Motor For Efficient Mixing - Optimized Counterbalance System Minimizes Vibration. - Special Designed Silicon Feet Absorb Vibration At High Speeds. - Electronic Speed Control For Constant Speed Even During Changes In Load - Universal Head For A Variety Of Mixing Applications - Accepting Vessels Up To 76mm Diameter - Mbr(methyl Methacrylate Butadiene Rubber) Feet For Ultra Stability And Vibration Damping 11 Soil Color Book – For Soil - 10y And 5gy Soil Chart For Glauconite Soils, - 5r Soil Chart For Australia And Southeast Asia -7.5r Soil Chart For Tropical And Semi-tropical Soils. - Low Chroma “white” Page Shows Half Steps From 8.5 To 9.5 In Value With Chromas Of 1 And 2 For N, 7.5yr, 10yr, And 2.5y. - Page To Describe Carbonate, Silica, Gypsum, And Soluble Salt Precipitates And Evaporites -light Gray Pages To Decrease Sun Glare. 12 Laboratory Speed Blender (for Animal Or Plant Tissue) 16-speed Blender Large 40-oz (118ml) Glass Pitcher With A Plastic Lid. The Lid Can Also Be Used As A Convenient 60ml Mixing Cup. 13 Portable 60 Liters/day Dehumidifier For Laboratory Extraction Rate: 60 Liters/day At 80% Rh Power Rating: 920w, 220v, 60hz, Single Phase With Rollers Casters Refrigerant: R410a, 240g Rated Current: 4.3a Max Noise Level: 48db Bucket Capacity: 6.5 Liters Humidity Control Range: 35 To 80% Ambient Environment 5-32c All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of Section Viii. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬛ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or ⬛ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬛ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬛ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬛ (f) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬛ (g) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬛ (h) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬛ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After- Sales/parts, If Applicable; And ⬛ (j) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬛ (k) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬛ (l) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬛ (m) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬛ (n) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬛ (o) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 25 Financial Component Envelope ⬛ (a) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬛ (b) Original Of Duly Signed And Accomplished Price Schedule(s). Bid Form Date: Project Identification No. To: Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan 3010 Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply And Delivery 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) In Conformity With The Said Bidding Documents For The Sum Of (php ) [total Bid Amount In Words And Figures] Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In The Bidding Documents Provisions And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below:3 Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Name Of Project Of The Name Of The Procuring Entity] [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Name Of Project Of The Name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This Day Of 2025. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of Price Schedule Name Of Bidder . Invitation To Bid Number Page Of . 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) 1 Multiwater Parameter Quality Instrument Auto Stable Built-in Barometer Auto Buffer Recognition For Us And Nist Buffers Connectivity: Usb 2.0 User-upgradeable Software Via Usb And Website Data Manager Desktop Software Data Memory: 5,000 Data Sets (data, Date, Time, User-defined I Display: Graphic Display With Detailed Help; Backlit Display And Do Sensors: Polarographic Or Galvanic Field Sensors; Self- Stirring Polarographic Bod Sensor For The Lab With Needed Accessories Ysi Galvanic Dissolved Oxygen Sensor Ysi Ph (ise) Sensor Ysi Ammonium (ise) Sensor Ysi Nitrate (ise) Sensor Ysi Chloride (ise) Sensor Nfo) Keypad 1 Pc 2 6-pack + Carousel Bundle Pipettors (1) Pipette Adjustable 0.1-2.5μl 1 Lot (1) Pipette Adjustable 0.5-10μl (1) Pipette Adjustable 2-20μl (1) Pipette Adjustable 10-100μl (1) Pipette Adjustable 20-200μl (1) Pipette Adjustable 100-1000μl (1) Pipette Carousel For 6 Pipette 3 Digital Bottletop, Burette/dispenser; 50ml - Clear 2 Pcs Clear Bottle Min Volume (ml)0.01 Max Volume (ml) 50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 4 Digital Bottletop, Burette/dispenser; 50ml – Amber 2 Pcs Amber Bottle Min Volume (ml)0.01 Max Volume (ml)50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 5 Benchtop Meter, Ph Electrode, Conductivity/temp Pro Be, 1 Pc With Software And Stand Ph Ph Range –2.000 To 20.000 Resolution 0.001, 0.01, 0.1 Ph Accuracy ±0.002 Ph Calibration Up To 6 (usa, Nist, Din, Or Custom Buffer Sets) Mv Connectors Bnc Range ±2000.0 Mv Resolution 0.1 Mv Accuracy ±0.2 Mv Calibration Offset Up To +150 Connectors Bnc Ise Range 0.001 To 19,999 Ppm Resolution 2 Or 3 Digits Accuracy 0.5% Full Scale (monovalent), 1% Full Scale (divalent) Calibration Up To 8 Points Connectors Bnc 6 Lcd Digital Magnetic Hotplate Stirrer Perature N 4 Pcs 7 X 7 In. Magnetic Hot Plate Stirrer Digital Speed Controlling, Max. Speed At 1500 Rpm Work Plate Temperature Is Optimized Up To 550°c. Two Rotating Knobs Enable Easy Adjustment Of Speed And Tem Heat Only, Stir Only Or Heat And Stir Together Functions Remote Control Able, Providing Pc Control And Data Transmissio 7 Phase Contrast And Dark Field Microscope 1 Pc Head: Binocular Eyepieces: 10x/22mm Nosepiece: 5 Place Nosepiece Objectives: Plan Phase 10x, 20x, 40x, 100x Oil Stage: Mechanical Xy Condenser: Phase Turret Condenser - Brightfield, Ph1, Ph2, Ph3 , Darkfield Focusing: Coarse & Fine Illumination: Halogen W/ Blue Filter Inclusions: Compatible Avr Initial Calibration Certificate 1 Year Warranty On Parts And Services 8 Digital Orbital Shaker & Timer-end 1 Pc Digital Feedback Control Shaking Motion Orbital Motion Speed Range 10 ~ 300 Rpm Max. Load 10 Kg Amplitude Of Rotation (mm) 20, 30, 40 Available (30 As Factory Default) Motor Brushless Dc Motor Permissible Ambient Temperature Ambient +5 ~ 50℃ Permissible Relative Moisture 85% Timer & Alarm 99hr 59min (with Continuous Run.), Error Status Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller 9 Digital Reciprocating Shaker 10~300 Rpm, Low Noise Wi Th & Timer-end 1 Pc Programmable Digital Feedback Control Shaking Motion Reciprocating Speed Range 10 ~ 300 Rpm Amplitude Of Rotation (mm) 20, 30, 40 Available Timer & Alarm 99hr 59min (with Continuous Run.), Error Status Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller With Jog-shuttle Switch (turn+pus) Program Function 10 Steps, 6 Programs Platform Universal Platform For Various Shapes & Size Of Flask Durable & Flexible Plastic Flask Holder Alarm (error Status And Timer-end) 10 Scientific Vortex Mixer Rcular, To Ges In Load Tability And 2 Pcs - Deal For Mixing Solutions In Test Tubes Or Small Flasks With Ci Oscillating Movement - Variable Speed Control Allows Slow Speed Shaking Action Up High Speed Vortexing - Gentle Mixing To Re-suspending Pellet - Continuous-run Or Touch-activated Run Modes. - Powerful Motor For Efficient Mixing - Optimized Counterbalance System Minimizes Vibration. - Special Designed Silicon Feet Absorb Vibration At High Speeds. - Electronic Speed Control For Constant Speed Even During Chan - Universal Head For A Variety Of Mixing Applications - Accepting Vessels Up To 76mm Diameter - Mbr(methyl Methacrylate Butadiene Rubber) Feet For Ultra S Vibration Damping 11 Soil Color Book – For Soil Value With Recipitates 5 Pcs - 10y And 5gy Soil Chart For Glauconite Soils, - 5r Soil Chart For Australia And Southeast Asia -7.5r Soil Chart For Tropical And Semi-tropical Soils. - Low Chroma “white” Page Shows Half Steps From 8.5 To 9.5 In Chromas Of 1 And 2 For N, 7.5yr, 10yr, And 2.5y. - Page To Describe Carbonate, Silica, Gypsum, And Soluble Salt P And Evaporites -light Gray Pages To Decrease Sun Glare. 12 Laboratory Speed Blender (for Animal Or Plant Tissu E) 2 Pcs 16-speed Blender Large 40-oz (118ml) Glass Pitcher With A Plastic Lid. The Lid Can Also Be Used As A Convenient 60ml Mixing Cup. 13 Portable 60 Liters/day Dehumidifier For Laboratory Ers 1 Pc Extraction Rate: 60 Liters/day At 80% Rh Power Rating: 920w, 220v, 60hz, Single Phase With Rollers Cast Refrigerant: R410a, 240g Rated Current: 4.3a Max Noise Level: 48db Bucket Capacity: 6.5 Liters Humidity Control Range: 35 To 80% Ambient Environment 5-32c All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment Grand Total (in Words) (in Figures) [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) Location Of The Project : San Ildefonso, Bulacan List Of All Ongoing Government & Private Contracts Including Contracts Awarded But Not Yet Started Business Name : Business Address : Name Of Contract/project Cost A. Owner’s Name B. Address C. Telephone Nos. Nature Of Work Bidder’s Role A. Date Awarded B. Date Started C. Date Of Completion % Of Accomplishment Value Of Outstandingworks / Undeliveredportion Description % Planned Actual Government Private Note: This Statement Shall Be Supported With: Total Cost 1 Notice Of Award (for Government Projects) 2 Notice To Proceed (for Government Projects) 3 Contract Submitted By : (printed Name & Signature) Designation : Date : [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) Location Of The Project : San Ildefonso, Bulacan Statement Of Single Largest Completed Contracts (slcc) In The Last Five (5) Years Business Name : Business Address : Name Of Contract A. Owner Name B. Address C. Telephone Nos. Nature Of Work Contractor’s Role A. Amount At Award B. Amount At Completion C. Duration A. Date Awarded B. Contract Effectivity C. Date Completed Description % Government Private Attached Herewith Are The Following Documents: Contract Agreement, Notice Of Award, Notice To Proceed, Official Receipt/invoice, Certificate Of Final Inspection, Certificate Of Good Performance And Certificate Of Acceptance, As Evidences In Support Of The Foregoing Information. Submitted By : (printed Name & Signature) Designation : Contract Agreement Form This Agreement Made The Day Of 20 Between [name Of Procuring Entity] Of The Philippines (hereinafter Called “the Entity”) Of The One Part And [name Of Supplier] Of [city And Country Of Supplier] (hereinafter Called “the Supplier”) Of The Other Part: Whereas The Entity Invited Bids For Certain Goods And Ancillary Services, Viz., [brief Description Of Goods And Services] And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of [contract Price In Words And Figures] (hereinafter Called “the Contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Referred To. 2. The Following Documents Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: (a) The Supplier’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g. Bidder’s Response To Clarifications On The Bid), Including Corrections To The Bid Resulting From The Procuring Entity’s Bid Evaluation; (b) The Schedule Of Requirements; (c) The Technical Specifications; (d) The General Conditions Of Contract; (e) The Special Conditions Of Contract; (f) The Performance Security; And (g) The Entity’s Notice Of Award. 3. In Consideration Of The Payments To Be Made By The Entity To The Supplier As Hereinafter Mentioned, The Supplier Hereby Covenants With The Entity To Provide The Goods And Services And To Remedy Defects Therein In Conformity In All Respects With The Provisions Of The Contract 4. The Entity Hereby Covenants To Pay The Supplier In Consideration Of The Provision Of The Goods And Services And The Remedying Of Defects Therein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of The Contract At The Time And In The Manner Prescribed By The Contract. In Witness Whereof The Parties Hereto Have Caused This Agreement To Be Executed In Accordance With The Laws Of The Republic Of The Philippines On The Day And Year First Above Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Supplier) 48 Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ) S.s. A F F I D A V I T I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee 49 (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. And His/her Community Tax Certificate No. Issued On At . Witness My Hand And Seal This Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission Notary Public For Until Roll Of Attorneys No. Ptr No. [date Issued], [place Issued] Ibp No. [date Issued], [place Issued] Doc. No. Page No. Book No. Series Of * This Form Will Not Apply For Wb Funded Projec 50 Bid Securing Declaration Form Republic Of The Philippines) City Of ) S.s. X X Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: [insert Name And Address Of The Procuring Entity] I/we4, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Affiant 51 Financial Documents For Eligibility Check Year 20 1 Total Assets 2 Current Assets 3 Total Liabilities 4 Current Liabilities 5 Net Worth (1-3) 6 Net Working Capital (2-4) The Net Financial Contracting Capacity (nfcc) Based On The Above Data Is Computed As Follows: Nfcc = [(current Assets – Current Liabilities) (15)] Minus Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. The Values Of The Domestic Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir. Nfcc = Php Submitted By: Name Of Bidder Signature Of Authorized Representative Over Printed Name Date: 52
Closing Date6 May 2025
Tender AmountPHP 4.1 Million (USD 74 K)

Caraga Regional Hospital Tender

Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2025-04-15 (27) Supply And Delivery Of Various Medical Equipment For Pediatric Department Approved Budget For The Contract: Php 5,700,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy 2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Five Million Seven Hundred Thousand Pesos Only ( ₱ 5,700,000.00 ) As To Payment Under The Contract For Supply And Delivery Of Various Medical Equipment For Pediatric Department. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding To Wit: Line Item No. Description Qty Unit Of Measurement Unit Cost Total Cost 1 Radiant Warmer With Resuscitaire 1 Unit ₱ 3,200,000.00 ₱ 3,200,000.00 2 Transport Incubator 1 Unit ₱ 2,500,000.00 ₱ 2,500,000.00 Grand Total ₱ 5,700,000.00 Terms Of Reference For Radiant Warmer With Resuscitaire Description Patient Category Resuscitaire Is A Radiant Warmer With Resuscitation Components That Can Be Used In Labor And Delivery, The Nursery, And Surgical Settings. It's Designed To Help Caregivers Focus On Their Patients By Providing Warming Therapy And Emergency Resuscitation Equipment. Purpose Of Use Clinical Department /ward Pediatrics Department Technical Charateristics General Requirements Radiant Warmer With Dual Heating Elements Two Heat Sources - Radiant And Conductive Integrated Resuscitation Module Integrated Spo2 Integrated Weighing Scale Variable Height Adjustment Bed Tilt-continuous Up To 15° In Both Direction Bed Tilt Indicator On Screen Must Have An Integrated Weighing Scale With At Least 8 Tubing Grommets For Guiding Cables And Hoses To Patient Trolley With Four Double Castors With Locking Breaks With Integrated Work Light Dimmable To Three Intensity Levels Operating Volume At The Center Of The Mattress < 40db (a) Kangaroo Mode To Monitor The Patient's Temperature Outside The Radiant Warmer, Timer, Alarm Suppression Dimension Of Soft Bed Mattress Area 470 Mm X 750 Mm X-ray Tray Option With Soft Bed Mattress Integrated X-ray Tray, Operable From Both Sides Maximum Size For X-ray Cassette Or Detector 526 Mm X 511 Mm In X-ray Tray Operation 1. Radiant Warmer A. Radiant Warmer With Two Heating Elements For An Optimal And Even Heat Distribution On The Mattress B. Automatic Adaption Of The Radiant Warmer When The Mattress Is Tilted C. Radiant Warmer Setting: Off, 10% To 100% D. With Automatic Pre-warm Function E. With Skin Temperature Control In Radiant Warmer Operation 2. Skin Temperature Control A. Skin Temperature Measurement Ranges From 13 To 43°c B. Skin Temperature Setting: 34 To 38°c C. Can Connect And Display Second Skin Temperature Sensor For Thermo Monitoring Of Patient D. Can Set Alarm Limit For The Deviation Between The Central And Peripheral Skin Temperature Deviation 3. Resuscitation A. With Integrated Resuscitation Module With Gas Mixer For Blended O2 And Air B. Low Air Or O2 Alarm And Acoustic Signal C. Manual Bag Or T-piece Resuscitation Available D. Smooth Transition From T-piece To Automatic Ventilation Using Single Circuit E. 12 O'clock Setting Concept To Meet Recommended Guidelines F. With Automatic Ventilation To Free Up One Hand And Reduces Inconsistency During Resuscitation G. With Adjustable Respiratory Rate H. With Fixed I:e Ration Of 1:2 I. With Built-in Suction System J. Peep Setting: 0 To 15 Mmhg K. Pip Override: Above 30 Cmh2o L. Flow Control: 0 To 15 L/min M. Fixed Airway Pressure Limit 50 ± 5 Cmh2o N. Operating Noise During T-piece Resuscitation ≤ 40 Db Display 1. At Least 10" Colour Touchscreen Display 2. Different Views Available: Main View, L & D View Thermo Monitoring View, Family View 3. Graphical And Tabular Trend Display From 2 Hrs To 7 Days For Temperatures, Heating, Spo2, Patient's Weight Events 4. Display Configurable For Day And Night 5. Personalization Of User Interface With Configurable Patient Name, Id, Sex, Date Of Birth, Gestational Age And Personal Icon 6. Apgar Timer Integrated 7. Stopwatch Integrated With Time Stamps Apgar And Spo2 Pre-ductal Target Table 8. Import And Export Of Patient Data And Device Configuration To Other Devices Physical/chemical Characteristics Configuration: 1. Compatible Hanged Arm For Holding The Circuit 2. Should Have Caster With Braking System Operating Characteristics (ups) Input Capacity: 1000va/600w Input Voltage: 220/230/240v 1 Phase 50hz/60hz Output Socket: 4pcs With Back Up + 4 Pcs Surge Only Transfer Time: Typical 2-6ms Waveform (batt. Mode) Simulated Sine Wave Battery Type: Sealed, Maintenance-free Lead Acid Typical Recharge Time: 6-8 Hours Protection: Automatic Self-test & Discharge Protection, Replace Battery Indicator Back-up Time: 6-30 Minutes (depending On Computer Load) Accessories, Consumables, Spare Parts, Other Components Accessories Grommets: 4 Pcs Drawer: Large Drawer (two-way Opening) Iv Pole & Monitor Table Environmental Factors Context Dependent Requirements Temperature Operating: 0 To 40°c (without Ag And Co2 Module) 10 To 40°c (with Ag And Co2 Module) Storage: -20 To 60°c Humidity Operating: 15 To 95% (non-condensing) Storage: 10 To 95% (non-condensing) Barometric Operating: 427.5 To 805.5 Mmhg (57.0 To 107.4 Kpa Without Ag And Co2 Module) Storage: 120 To 805.5 Mmhg (16.0 To 107.4 Kpa Without Ag And Co2 Module) Training, Installation And Utilization Pre-installation Requirements Supplier To Perform Installation, Safety And Operation Checks Before Handover Requirements For Commissioning Local Clinical Staff To Affirm Completion Of Installation Training Of User/s Training Of Users And Biomed Staff In Operation And Basic Maintenance Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit Warranty And Maintenance Warranty 5 Years For Parts And Labor Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language (hard And Soft Copy) Provide Certificate Of Calibration Upon Delivery/installation List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration And Inspection To Be Provided. Safety And Standards Risk Classification Environmental Friendly With Proper Waste Management International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada And Eu) Iso 14971:2007 Medical Devices -- Application Of Risk Management To Medical Devices Iec 60601-1:2012 Medical Electrical Equipment - Part 1: General Requirements For Basic Safety And Essential Performance Iec 60601-1-1:2000 Medical Electrical Equipment - Part 1-1: General Requirements For Safety - Collateral Standard: Safety Requirements For Medical Electrical Systems Iec 60601-1-2:2007 Medical Electrical Equipment - Part 1-2: General Requirements For Basic Safety And Essential Performance - Collateral Standard: Electromagnetic Compatibility - Requirements And Tests Iec 60601-2-21:2009 Specifies The Safety Requirements For Infant Radiant Warmers. This Particular Standard Amends And Supplements Iec 60601-1-:2005 Medical Electrical Equipment - Part 1: General Requirements For Basic Safety And Essential Performance. This Second Edition Cancels And Replaces The First Edition Published In 1994 And Its Amendment 1 (1996). This Edition Constitutes A Technical Revision. This Edition Of Iec 60601-2-21 Was Revised To Structurally Align With The 2005 Edition Of Iec 60601-1. Regional/local Standards Pass Fda Regulatory Requirement (certificate Of Product Registration) Other Requirements Supplier Must Have Technical Support In Mindanao Area With Support Facilities And Trained Personnel Delivery Period 90 Calendar Days From Receipt Of Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. Service Center Must Have Service Center Within Caraga Region, Cebu City, Cagayan De Oro Or Davao City Post Qualification Must Be Willing To Send Demo Unit To Caraga Regional Hospital And/or Site Visit To Nearest Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) Terms Of Reference For Transport Incubator Description Patient Category The Purpose Of Transport Incubator Is Same To An Incubator Used In Intensive Care Unit. It Is Used To Provide A Desired Warm Environment To A Neonate To Reduce In Heat Loss To The Environment. There Is Situation When A Neonate Or Baby Has To Be Transferred Via Air Or Road From One Place To Other, Either In Search Of An Intensive Care Unit Or To A Different Hospital For A Different Therapy Itself. As These Neonates Or Baby Are Already Weak By Nature, And When They Are Ill, Their Condition Becomes Even More Delicate. Under These Circumstances, The Most Challenging Part Of Critical Care Is To Transfer The Baby Without Exposing Them To Temperature Gradient Of The Environment. This Is Achieved By Transferring The Baby In A Transport Incubator Which Maintains A Small Environment Or Required Temperature. Purpose Of Use Clinical Department /ward Pediatrics Department Features Main Features: With Head Access/slide Out Mattress Feature To Allow Quick And Easy Access To Baby For Intubation Or Cpr Hand-made Acrylic Hood Should Be Scratch Resistant To Maintain Transparency Over Time With Integrated Led Examination Light, That Gives High Quality Illumination For Visual Evaluation The High Hood Option Further Facilitates Access To Baby And Provides More Room For Larger Babies, Clinical Disposables (diapers, Blankets, Etc.) And Even More Uniform Air Flow And Temperature Distribution. Technical Specifications Dimensions And Weight Device Width Should Be No More Than 21 Inches Height At Least 20 Inches Weight Should Be Less Than 110 Lbs With Battery Included The Distance From Vertical Hood To Mattress Should Be Not Less Than 21 Cm Or 9 Inches (high Hood Option) Thermoregulation Double Walled Hood Permits Full Visibility And Provides An Effective Thermal And Sound Barrier From The Environment Warm-up Time <30min With Humidity Pad Added To Increase The Relative Humidity Within The Incubator Hood That Can Last Up To 10 To 12 Hours The Device Is Designed For Use With Patients Weighing Up To A Maximum Of 10 Kg (22 Lb) Air Temperature Setting Ranges From 22.0 °c - 38 °c (71 °f - 100 °f) Display, Alarm And Safety Features Visual And Audible Alarm If Temperature Alarm Limits Are Violated With 4 Led Indication Of Heater Power; At Least 25-100% Heater Power 4 Led Indication Of Heater Power; At Least 25-100% Displays Infant Temperature Illuminates Ac, Dc, Or External Dc With Alarm Indicators For High Temp, Power Fail, Sensor Fault, Heater Temp, Air Flow, Low Dc High Temperature Alarm If Incubator Air Temp. Is >39 ± 0.5° C The Sensor (temperature) Alarm Actuates If Sensor Fails The Heater Temperature Alarm Actuates If Heater Temp >77° C (170° F) The Power Fail Alarm Actuates If Ac Fails And No Dc Power Present, Activates If Unit Switches Ac To Dc The Air Flow Alarm Actuates During Fan Failure The Low Dc Alarm Actuates If Dc<10.5 Vdc, Or External 28 Vdc Falls Below 25.5 Vdc Nominal Silence/reset Button Must Silence The Audible Portion Of Alarms For 5 Minutes, Except Power Fail The Machine Automatically Resets Sensor & High Temp Alarms After 100% Conditions Corrected The Machine Must Reset Intermittent Power Alert If Unit Switches From Ac To Dc Current Ergonomics Port Doors The Tank Mount Permits Mounting Gas Cylinders With A Diameter At Least Up To 4.5 In (11.6 Cm) And Up To 34 In (85 Cm) In Length With Air Filter That Removes >99% Of Airborne Particles Greater Than 0.5 Micron Diameter Electrical Ac Power Requirements 220/240 V, 50/60/ Hz, Dc Power Requirements 26-30 V, 200 W (max) Battery Rechargeable Battery, 12 Vdc, 24 Ah Gel-type Battery (lead Acid) Battery Condition Status 4 Led Indication Of Battery Charge Condition At Least 25-100% Incubator Maintains A Differential Of 25 °c (77 °f) Between Ambient And Set Point For 90 Minutes On 1 Battery With Available 2nd Battery For Extended Hours Ups Input Capacity: 1000va Input Voltage: 220/230/240v 1 Phase 50hz/60hz Output Socket: 4 Pcs With Back Up + 4pcs Surge Only Transfer Time: Typical 2-6ms Waveform (batt. Mode) Simulated Sine Wave Battery Type: Sealed, Maintenance-free Lead Acid Typical Recharge Time: 6-8 Hours Protection: Automatic Self-test & Discharge Protection, Replace Battery Indicator Backup Time: 6-30minutes (depending On Computer Load) Technical Services As Follows: • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area • Preventive Maintenance For Every Quarter Until Warranty Expires • Service Kits And Consumables To Be Included For One Year Use • Supplier Must Deliver And Install The Unit Without Cost To The Owner Physical/chemical Characteristics • Easy And Safe Transport To Be Possible By Hand. Crash Resistant, Dust Proof. Accessories, Consumables, Spare Parts, Other Components • Double Wall • Skin Temperature Probe • Examination Lamp • 2 Access Doors, 2 Port Doors And 1 Iris Port • 6 Tubing Ports/grommets • 2 Infant Restraint Straps • Heavy Duty Oxygen Tank • Dc Cable • Humidity Pad Training, Installation And Utilisation Pre-installation Requirements Supplier To Perform Installation, Safety And Operation Checks Before Handover Requirements For Commissioning Local Clinical Staff To Affirm Completion Of Installation Training Of User/s Training Of End-users And Biomed Engineer Must Be Done On-site With Minimum Of 1 Day Period User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit Warranty And Maintenance Warranty • 5 Years For Parts And Labor Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90% • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language Service Manual In English List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided Safety And Standards International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada And Eu) Iso 14971:2007 Medical Devices -- Application Of Risk Management To Medical Devices Iec 60601-1:2012 Medical Electrical Equipment - Part 1: General Requirements For Basic Safety And Essential Performance Iec 60601-1-1:2000 Medical Electrical Equipment - Part 1-1: General Requirements For Safety - Collateral Standard: Safety Requirements For Medical Electrical Systems Iec 60601-1-2:2007 Medical Electrical Equipment - Part 1-2: General Requirements For Basic Safety And Essential Performance - Collateral Standard: Electromagnetic Compatibility - Requirements And Tests Iso 10993-10 Test For Skin Sensitization, Iso 10993-5 Test For In Vitro Cytotoxicity Delivery Period 90 Calendar Days From Receipt Of Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. Service Center Must Have Service Center Within Caraga Region, Cebu City, Cagayan De Oro Or Davao City. Post Qualification Must Be Willing To Send Demo Unit To Caraga Regional Hospital And/or Site Visit To Nearest Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) Validity Of The Contract / Contract Termination: Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 12009 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent (50%) Of The Abc To Be Bid. Slcc Must Be Within 5 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Shall Be The Same Or Similar In Nature (like Rental Of Equipment, Medical Equipment), As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 12009, Otherwise Known As The “new Government Procurement Act”. 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. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 25, 2025 To April 15, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference April 3, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/86142998199?pwd=wora2hc5ksfjutxhjatxmjwvf4zbor.1 Meeting Id: 861 4299 8199 Passcode: 611465 Deadline Of Submission Of Bids April 15, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids April 15, 2025 At 3:30 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/82249032996?pwd=2zkmgaxrhrb2ekthfzue2e0a04icbd.1 Meeting Id: 822 4903 2996 Passcode: 174719 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1uh89tkucb6lsfgjhf9i5kbgp6aguzgfy?usp=sharing Bidding Documents Php 10,000.00 It 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. The Following Philippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Other Documents Essential Documents Required By This Procuring Entity And Ra 12009 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before April 15, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On April 15, 2025 At 3:30 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 12009 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 12009 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore, Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link: Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Closing Date15 Apr 2025
Tender AmountPHP 5.7 Million (USD 99.3 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Sources Sought Notice Is For Planning Purposes Only And Shall Not Be Considered As An Invitation For Bid, Request For Quotation, Request For Proposal, Or As An Obligation On The Part Of The Government To Acquire Any Products Or Services. Your Response To This Sources Sought Notice Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of Contractor Submission Of Responses To This Announcement Or The Government Use Of Such Information. This Request Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Negotiations To Award A Contract. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. the Information Provided May Be Used By The Department Of Veterans Affairs In Developing Its Acquisition Approach, Statement Of Work/statement Of Objectives And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract Based On This Sources Sought Notice Or To Otherwise Pay For The Information Submitted In Response To This Sources Sought Notice. the Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Uei Number (f) Cage Code (g) Tax Id Number (h) 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.)? (i) Is Your Company Considered Small Under The Naics Code Identified Under This Ssn/rfi? (j) Are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above? (k) If You Are A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). (l) 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? (m) 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. (n) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Number. (o) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Items/solution You Are Providing Information For Available On Your Schedule/contract? (p) Please Provide General Pricing Of Your Products/solution For Market Research Purposes (q) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Number. (r) Please Provide General Pricing Of Your Products/solution For Market Research Purposes (s) Must Provide A Capability Statement That Clearly Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below. statement Of Requirements tissue Processors kansas City Va Medical Center description/specification/statement Of Requirements intent: Kansas City Va Medical Center Is In Need Of Renting/leasing Two Tissue Processors To Use In The Preparation Of Tissue Samples Obtained From Veteran Patients. This Preparation Is Necessary To Produce Slides For Review By Pathologists For Diagnostic Purposes. requirement: The Instrumentation Shall Have The Capability To Diffuse Solutions Into Biological Specimens To Ensure That Proper Embedding Occur. new Equipment Shall Be Acquired For The Required Laboratory. Refurbished, Discontinued, Or Previously Owned Units Are Not Acceptable. The Equipment Models Being Offered Shall Be In Current Production As Of The Date This Offer Is Submitted. For Purposes Of This Solicitation, Current Production Shall Mean That The Clinical Laboratory Analyzer Model Is Being Offered As New Equipment. general Requirements: primary Analyzer(s) Base Equipment Offered That Shall Fully Support The Scope Of Operations (minimal Requirements). operational And Technical Features- The Instrumentation Offered Shall Be Approved By The Food And Drug Administration (fda) And Have The Following required Salient Characteristics vacuum Infiltration Tissue Processor. must Be A Floor Standing Model Not To Exceed The Following Dimensions: 32 X 28 X 61 Inch (width X Depth X Height). must Be Moveable To Allow Access To Serviceable Parts For Staff And Service. must Have Touchscreen Interface. must Have A Process Capacity Of Up To At Least 400 Cassettes (blocks) Per Run. must Have The Option Run Different Protocols Simultaneously On One Instrument. must Provide The Option For Specimen Tracking System That Can Record Cassette Id And Quantity, As Well As User Id, In Order To Track Tissues Samples Loaded. must Allow Use Of Commercially Available, Nonproprietary Brands Of Reagents And Reagent Substitutes. must Have Reagent Tracking System Available To Track Reagent Type And Lot. reagent Reservoirs Must Allow Easy Access For Changing Of Reagent Solutions. must Have A Reagent Management System To Allow Rotation Of Solution Groups For Optimum Processing. The Reagent System Should Involve As Little Hands On As Possible For Safety (both Employee Exposure And Specimen Safety) Reasons. For Safety To Include Built In Systems To Minimize Exposure To Chemical Fumes. instrument Must Track Reagent Quality And Concentration For Optimal Use. instrument Must Automatically Rotate Reagents Based On Quality And Concentration. hot Paraffin Is Exchanged Without Manual Handling. must Be Capable Of Holding Up To 10 Processing Programs. must Have A Battery Back-up System (ups) For Electrical Outages. must Have Audible And Visually Displayed Alarms For System Malfunction. must Allow For Delayed Start And End Times Of Processing With Auto-calculation. installation Requirements vendor Must Supply The Following Items In Sufficient Quantities For Initial Operation. all Reagent Bottles With Attachments And Labels. activated Carbon Filters. metal Cassette Basket (baskets) With Handles And Dividers To Complete Up To A 300 Cassette (block) Run. any Necessary Hoses. any Other Parts And Reagents Needed To Allow For Immediate Training And Use After Installation. The Contractor Is Responsible For Any Missing Parts And Components Not Included In The Order To Carry Out The Installation. method Performance/validation Requirements: method Performance/comparison Shall Be At The Expense Of The Contractor, Shall Include Reagents And Be Consistent With Current Clinical Laboratory Standard Institute (clsi) Guidelines, College Of American Pathologists (cap) Standards And Related Federal Regulations. support Features: start-up Reagents. The Contractor Shall Provide All Reagents, Calibrators, Controls, Consumable/disposable Items, Parts, Accessories And Any Other Required To Establish Instruments For Operation For Performance Of Acceptance Testing. This Applies To All Equipment As Well As Additional Or Replacement Equipment Placed Under The Terms And Conditions Of This Contract. The Contractor Shall Perform/assist, To The Satisfaction Of The Government, All Validation Studies. The Contractor Shall Perform All Of The Statistical Analysis Provide A Hardcopy Of Data In An Organized, Clearly Comprehensible Format. documentation: a Current Editable Standard Operating Procedure Shall Be Provided. a Printed, Electronic Copy Or Both, Of The Operator S Manual And Technical Manual Shall Be Provided. the Document(s) Shall Be Formatted In Accordance With Current, Approved Clsi Guidelines. Electronic (cd Format). at A Minimum, Electronic Copies Of Safety Data Sheets (sds) Shall Also Be Provided. updates To All Procedure Manuals In Microsoft Word Format And Sds Sheets In Electronic Format Shall Be Provided When Package Inserts Are Modified. training: the Contractor Shall Provide An Instrument Training Program That Is Coordinated With And Timely To The Equipment Installation, Sufficient To The Size And Scope Of The Facility S Services. This Shall Include Training On The Operation Of The System, Data Manipulation, And Basic Trouble Shooting And Repair. If Applicable, Off-site Travel Shall Include The Cost Of Airfare, Room, And Board For Each Participant, If Applicable. equipment Preventative Maintenance/repair Service. the Contractor Shall Be Able To Provide Emergency Equipment Repair And Preventative Maintenance On Instrumentation, And Any Incremental Support/ancillary Equipment, E.g., Ups, Line Conditioner, Etc. Offered According To The Following Terms: service Requirements preventative Maintenance Will Be Performed As Frequently As Published In Manufacturer S Operator S Manual And Within 2 Weeks Of The Scheduled Due Date. a Technical Assistance Center Shall Be Available By Telephone 24 Hours Per Day, 7 Days Per Week With A Maximum Call Back Response Time Of 1 Hour(s). equipment Repair Service Shall Be Provided During Core Business Hours. Core Business Hours Are 8:00 Am To 5:00 Pm. Certain Circumstances May Dictate The Need For Repair Service To Be Conducted Outside Routine Business Hours. All Such Arrangements Shall Be Coordinated Between The Contractor And Va Laboratory Personnel. equipment Repair Response Time Shall Be On The Same Day Or No More Than 24 Hours. service Must Be Provided By A Local Technician a Malfunction Incident Report Shall Be Furnished To The Laboratory Upon Completion Of Each Repair Call. The Report Shall Include, As A Minimum, The Following: date And Time Notified date And Time Of Arrival serial Number, Type, And Model Number Of Equipment time Spent For Repair And Proof Of Repair That Includes Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance. each Notification For An Emergency Repair Service Call Shall Be Treated As A Separate And New Service Call. vendor Will Supply Any Parts Necessary To Keep The Equipment Operational. if Upgrades Or Changes In Technology Render A Piece Of Equipment No Longer Necessary, Contractor Shall Remove Said Piece At Contractor S Expense. upgrades - The Contractor Shall Provide Upgrades To Both The Equipment Hardware And Software To Maintain The Integrity Of The System And The State-of The Art Technology, At No Additional Charge To The Government. These Shall Be Provided As They Become Commercially Available And At The Same Time As They Are Being Provided To Commercial Customers. This Requirement Only Applies To System Upgrades That Enhance The Model Of Equipment Being Offered, I.e. New Version Of Software, Correction Of Hardware Defect, Upgrade Offered To Commercial Customers At No Additional Charge, Upgrade To Replace Model Of Equipment No Longer Contractor Supported, Etc. This Does Not Refer To Replacing The Original Piece Of Equipment Provided Under The Contract; However, It Does Refer To Significant Changes In The Hardware Operational Capability. ancillary Support Equipment - The Contractor Shall Provide, Install, And Maintain Through The Life Of The Contract, As Indicated, Any And All Ancillary Support Equipment To Fully Operate The Analyzer As Defined In These Specifications, E.g. Cabinetry To Support/house The Analyzer (if Necessary), Filters, Preventative Maintenance, And Repair, Etc.), Printers And Universal Interface Equipment, Ups And Ups Batteries, Line Conditioners, Etc. In Addition, The Contractor Shall Include All Ancillary Components That Are Customarily Sold Or Provided With The Model Of Equipment Proposed, E.g. Starter Kits, Tables/stands, Etc. commercial Offerings - The Contractor Shall Provide Any Additional Support Material That Is Routinely Provided To Equivalent Commercial Customers And Assists In Regulatory Compliance, E.g., Computer Disc Containing Their Procedure Manual In Clsi Format Or An On-line Procedure Manual In The Instrument Software. characterization Of Waste The Contractor Shall Provide Documentation That It Has Characterized The Hazardous Nature Of All Wastes Produced By All Equipment, Devices, Reagents, And Discharges In Accordance With The Requirements Of The Code Of Federal Regulations Title 40 Protection Of The Environment Part 261 Et Seq. And Applicable State And Local Requirements. Documentation Shall Include A Description Of The Characteristics Of The Hazardous Waste Produced As A Byproduct Of The Instrument Operations, Safety Data Sheets (sds) Meeting The Requirements Of The Occupational Safety And Health Administration (osha) And Environmental Protection Agency (epa), The Analytical Process Used To Determine The Hazardous Nature And Characteristics Of The Waste, And The Analytical Test Results. Testing Of Hazardous Waste Is To Be Done In Accordance With Testing Protocol Specified For Each Individual Waste As Described In The Code Of Federal Regulations Title 40 To Make A Determination If The Waste Is A Hazardous Waste Or Otherwise Regulated. the Determination And Description Shall Address The Following: waste Toxicity (reference 40 Cfr §261.11 And 40 Cfr §261.24) waste Ignitability (reference 40 Cfr §261.21) waste Corrosivity (reference 40 Cfr §261.22) waste Reactivity (reference 40 Cfr §261.23) hazardous Waste From Non-specific Sources (f-listed) (reference 40 Cfr §261.31) discarded Commercial Products (acutely Toxic Or P-listed And Toxic Or U-listed) (reference 40 Cfr §261.33) solid Waste (reference 40 Cfr §261.2) exclusions (reference 40 Cfr §261.4) the Contractor Will Provide Written Instructions And Training Material To Ensure Vha Laboratory Staff Are Trained As Needed To Properly Operate Devices With Special Emphasis To Managing And Disposing Of Hazardous Waste In Accordance With Epa And State Requirements. Additionally, The Training Provided By The Contractor Must Fulfill Resource Conservation And Recovery Act (rcra) Requirements For Training As Applicable To Devices. contractor Shall Provide A Description Of All Wastes The Process Or Equipment May Discharge So That The Facility Can Determine Whether The Discharge Meets Local Publicly Owned Treatment Works (potw), State And Federal Discharge Requirements. At A Minimum The Characteristics Of Ignitability, Corrosivity, Reactivity And Toxicity As Defined In 40 Cfr §261 Must Be Determined And Documented. Any Mercury Containing Reagents Must Be Identified In Any Concentrations. All Test Results Shall Be Provided. All Listed Chemicals (f, U, K And P) Found In 40 Cfr §261 Shall Be Provided In Product Information And Their Concentrations Documented. For Those Materials With A Positive Hazardous Waste Determination, A Mechanism For The Laboratory To Meet Local Discharge Requirements (i.e. Mercury, Thimerosol And Formaldehyde) Must Be Developed And Sds Sheets Must Be Provided In Advance For Review. At A Minimum, Documentation Shall Include, But Not Be Limited To The Concentration/measures Of The Elements And Parameters Listed Below And Must Be Included With Vendor Response: barium (total) cadmium (total) chromium (total) copper (total) cyanide (total) lead (total) mercury (total) nickel (total) silver (total) zinc (total) arsenic (total) selenium (total) tin (total) ph flash Point (to Higher Than 200â°f) bod; Biochemical Oxygen Demand the Documentation The Contractor Provides Will Be Used To Work With The Vamc And The Public And/or Private Organization (e.g., Potw) To Determine Whether Or Not The Waste From Each Device Can Legally Be Disposed Of Via The Sewerage System. implementation/transition Timeframe - The Implementation Of The Services/requirements Described In This Solicitation Shall Be Completed No Later Than 120 Days After The Award Of The Contract. This Timeline Is Based On A Reasonable Attempt Of The Contractor To Complete All Of The Necessary Implementation Requirements Within The Stated Timeframe. Contractor Shall Not Be Penalized For Implementation Timelines That Extend Beyond The 120-day Timeframe If The Extension Is Through No Fault Of The Contractor And Is A Result Of Delays Due To The Government. upon Award Of A Contract, The Transition Period For The Awarded Contract To Have All Equipment And Peripherals Installed And Operational By April 30 Or Mutually Agreed Upon Date. During This Same Period All Initial Training Of Va Personnel In The Operation And Maintenance Of Said Award Shall Also Be Completed. contractor Shall Provide With Its Quotation An Implementation Plan For Installation Of New Equipment. The Plan Should Include Installation And Training Of Personnel, Transition Of All Testing Materials, Reagents, And Supplies, Etc., Performance Of All Correlations And Validations. Failure Of The Contractor To Conform To The Transition Period Shall Be Considered As Sufficient Cause To Terminate Contract For Cause Under The Termination For Cause Clause Of The Contract. at The End Of 120 Days From Award Of The Contract, The Awarded Contractor Shall Have Full And Sole Responsibility For Services Under The Awarded Contract. standard And Quality Of Performance- This Paragraph Establishes A Standard Of Quality Performance That Shall Be Met Before Any Equipment Listed On The Delivery Order [or Contract] Is Accepted By The Government. This Also Includes Replacement, Substitute Machines And Machines That Are Added Or Field Modified After A System Has Demonstrated Successful Performance. The Acceptance Period Shall Begin On The Installation Date. It Shall End When The Equipment Has Met The Standard Of Performance For A Period Of 30 Consecutive Calendar Days By Operating In Conformance With The Contractor S Technical Specification Of Effectiveness Of 90% Or More. if Equipment Does Not Meet The Standard Of Performance During The Initial 30 Consecutive Calendar Days, The Standard Of Performance Tests Shall Continue On A Day-by-day Basis Until The Standard Of Performance Is Met For A Total Of 30 Consecutive Days. if The Equipment Fails To Meet The Standard Of Performance After 90 Calendar Days From The Installation Date, The User May, At His/her Option, Request A Replacement Or Terminate The Order In Accordance With The Provisions Of Far 52.212-4 Entitled Termination For Cause. (the Contractor Shall Receive Revenue For Tests Reported During The 90-day Acceptance Period.) operational Use Time For Performance Testing For A System Is Defined As The Accumulated Time During Which The Machine Is In Actual Use. System Failure Downtime Is That Period Of Time When Any Machine In The System Is Inoperable Due To Equipment Failure. Downtime For Each Incident Shall Start From The Time The Government Makes A Bona Fide Attempt To Contact The Contractor S Designated Representative At The Prearranged Contact Point Until The System Or Machine(s) Is Returned To The Government In Proper Operating Condition. during The Performance Period For A System, A Minimum Of 100 Hours Of Operational Use Time With Productive Or Simulated Work Shall Be Required As A Basis For Computation Of The Effectiveness Level. However, In Computing The Effectiveness Level, The Actual Number Of Operational Use Hours Shall Be Used When More Than The Minimum Of 100 Hours. the Government Will Maintain Daily Records To Satisfy The Requirements Of The Standard And Quality Of Performance Section And Shall Notify The Contractor In Writing Of The Date Of The First Day Of The Successful Period Of Operation. Operations Use Time And Downtime Shall Be Measured In Hours And Whole Minutes. during The Term Of The Contract, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 10% Or Greater Of The Normal Working Days In One Calendar Month, A Determination Shall Be Made By The Cor And/or Contracting Officer To Replace The Malfunctioning Equipment With New Equipment. The Responsibility For Maintaining The Equipment Furnished In Good Condition In Accordance With Manufacturer S Instructions, Shall Be Solely That Of The Contractor. The Same Terms And Conditions Apply To Ancillary/support Equipment Provided Under This Contract, I.e., Water System Ups, Etc. government S Responsibility- The User Will Perform Routine Maintenance And Cleaning As Required In The Manufacturer S Operation And Maintenance Instructions. The User Shall Maintain Appropriate Records To Satisfy The Requirements Of This Paragraph. ownership Of Equipment- Title To The Equipment Shall Remain With The Contractor. All Accessories (unused Consumables, Etc.) Furnished By The Contractor Shall Accompany The Equipment When Returned To The Contractor. The Contractor, Upon Expiration Of Order(s), At Termination And/or Replacement Of Equipment, Shall Remove The Equipment. The Contractor Shall Disconnect The Analyzer (gas, Water, Air, Etc.) And Shall Be Responsible For All Packing And Shipping Required To Remove The Analyzer. as Applicable, The Contractor Will Identify If Removable Media Is Required To Perform Their Duties. The Clinical Engineering Department Will Ensure The Removable Media Is Scanned With Anti-virus Software Running Current Virus Definitions Prior To Connection To Any Medical Device/system. Any Contractor With Patient Sensitive Information That Is Imported Into The Removable Media Device For Any Reason Must Purge All Patient Sensitive Information Prior To Departure From The Facility. contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Or Completion Of The Contract as Applicable, All Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Retained By The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Or Completion Of The Contract Or Disposal Or Return Of The It Equipment, Whichever Is Earlier. as Applicable, Bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Contractor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are: contractor Must Accept The System Without The Drive. va S Initial Medical Device Procurement Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase. due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then; the Equipment Contractor Must Have An Existing Baa If The Device Being Traded In Has Protected Health Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Purchase Order Or Contract. a Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Information Security Officer (iso) Needs To Maintain The Documentation. important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Source Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To An Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Currently A Total Set-aside For Service-disabled Veteran Owned Small Business Firms Is Anticipated Based On The Veterans Administration Requirement With Public Law 109-461, Section 8127 Veterans Benefit Act. however, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open. any Response To This Source Selection From Interested Parties Must Be Received Nlt 02/07/2025, 1500 Pm Est. attention: Arlie Lindsey, Contracting Specialist. email: Arlie.lindsey@va.gov please Reference 36c25525q0141 Tissue Processors Lease/rent Kcvamc In The Subject Line. please Provide Your Unique Entity Id So That Your Organization Can Be Identified In Sam.gov And Vetbiz If Organization Is Claiming Sdvosb Preference. only Organizations With An Active Sam.gov Account Can Be Considered. utilize This Link To Either Start A New Registration Or To Renew The Organization S Registration. https://sam.gov/content/home
Closing Date7 Feb 2025
Tender AmountRefer Documents 

Municipality Of Argao, Cebu Tender

Manpower Supply
Philippines
Details: Description The Bids & Awards Committee (bac) Of Municipality Of Argao, Cebu, Invites All Interested Suppliers/manufacturers/distributors/contractors/consultants To Apply For Eligibility And To Submit Bids For The Following: B.9 Mobilization /demobilization Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 L.s. 1.00 L.s. Mobilization /demobilization Direct Cost: A. Materials: B. Manpower: C. Equipment And Water: Number Of Hours 6.00 1.00 A. Backhoe (0.80 Mᶾ) 6.00 1.00 B. Dumptruck (12 Ydᶾ) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.5 Project Billboard/signboard Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Project Billboard/signboard Direct Cost: A. Materials: 64.00 Sq.ft. A. Tarpaulin (4' X 8') 37.00 Bd.ft. B. Lumber Coco 1.00 Kg C. Common Nails Assorted 2.00 Sheets D. Plywood Marine (1/4" X 4' X 8') B. Manpower: Number Of Days 4.00 1.00 A. Construction Foreman 4.00 1.00 B. Skilled Laborer 4.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.7(2) Occupational Safety And Health Program Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. B.7(2) Direct Cost: A. Materials: 2769.00 Man-days A. Safety Helmet 2769.00 Man-days B. Safety Shoes 2769.00 Man-days C. Working Gloves 1.00 Set D. First Aid Kit B. Manpower: Number Of Days 30.00 1.00 A. Safety Practitioner/officer (part Time) C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 803(1)a Structure Excavation (common Soil ) Quantity 35.67 M3 Dpwh Standard Output Per Hour (oph)= 20.00 M3 35.67 M3 Structure Excavation (common Soil ) Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. Backhoe (0.80 Mᶾ) 1.00 2.00 B. Dumptruck (12 Ydᶾ) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(1)a Embankment From Borrow Quantity 54.77 M3 Dpwh Standard Output Per Hour (oph)= 9.84 M3 54.77 M3 Embankment From Borrow Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Plate Compactor (5 Hp) 0.75 1.00 B. Backhoe (0.80 M3) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(4) Gravel Bedding Quantity 1.20 M3 Dpwh Standard Output Per Day (opd)= 1.20 M3 1.20 M3 Gravel Bedding Direct Cost: A. Materials: 1.05 M3 A. Gravel Bedding (g1)(w/5% Shrinkage Factor) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: 1.05 M3 A. Plate Compactor (5 Hp) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c2 "structural Concrete (slab On Fill And Concrete Wall" Quantity 22.71 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 22.71 M3 " Structural Concrete (slab On Fill And Concrete Wall)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c3 "structural Concrete (footing Tie Beam, Wall Footing)" Quantity 3.15 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 3.15 M3 " Structural Concrete (footing Tie Beam, Wall Footing)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c4 "structural Concrete (pedestal And Lentel Columns)" Quantity 1.21 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 1.21 M3 " Structural Concrete (pedestal And Lentel Columns)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c5 "structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Quantity 2.01 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 2.01 M3 " Structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 902(1) "reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Quantity 925.81 Kg Dpwh Standard Output Per Day (opd)= 143.44 Kg 925.81 Kg " Reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Direct Cost: A. Materials: 1.00 Kg A. Deformed Reinforcing Steel - G40 0.02 Kg B. #16galvanized Iron Wire C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 12.00 C. Unskilled Laborer C. Equipment And Water: 0.50 1.00 A. Bar Cutter 0.50 1.00 B. Bar Bender Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 903 (1) Formworks And Falseworks (for Two To Five-storey Building) Quantity 30.00 M2 Dpwh Standard Output Per Day (opd)= 4.5 M2 30.00 M2 Formworks And Falseworks (for Two To Five-storey Building) Direct Cost: A. Materials: 0.35 Pc A. Phenolic Board (0.019 X 1.2 X 2.4) - 5 Uses 4.73 Bd Ft B. Good Lumber - 3 Use C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days Installation 1.00 1.00 A. Construction Foreman 1.00 4.00 B. Skilled Laborer 1.00 6.00 C. Unskilled Laborer Stripping 0.56 1.00 A. Construction Foreman 0.56 6.00 B. Unskilled Laborer C. Equipment And Water: No. Of Hours No. Of Units Name And Capacity "area = 205.01 M2" 0.50 40.00 A. H-frame 1.7 M X 1.2m, Set 0.50 1.00 2 Pes H-frames 4 Pcs Diagonal Cross Braces 4 Pcs Horizontal Braces 8 Pcs Joint Pins 14.00 62.00 B. Shoring Jack, 3.8 M Full Extension 14.00 80.00 C. Adjustable U-head Jack, 0.6m 14.00 80.00 D. Adjustable Base Jack, 0.6m 14.00 62.00 E. 1-1/2" Gi Pipe X 6.0 M 14.00 16.00 F. 1-1/2" Gi Pipe X 3.0 M 14.00 32.00 G. 1-1/2" Gi Pipe X 4.0 M 14.00 216.00 H. 1-1/2" Gi Pipe X 1.0 M 14.00 278.00 I. Tie Rod X 0.60m 14.00 558.00 J. Round Wing Nut Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (5) Metal Structure Accessories (steel Plates) Quantity 17.66 Kg Dpwh Standard Output Per Day (opd)= 12.995 Kg 17.66 Kg Metal Structure Accessories (steel Plates) Direct Cost: A. Materials: 1.05 Kg A. Steel Plates B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)b Structural Steel Roof (post And Truss) Quantity 695.39 Kg Dpwh Standard Output Per Day (opd)= 85.00 Kg 695.39 Kg Structural Steel Roof (post And Truss) Direct Cost: A. Materials: 1.00 Kg A. Structural Steel (channel Bar A36) 0.01 Kg B. Acetylene 0.02 Kg C. Oxygen 0.02 Kg D. Welding Rod E. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days Fabrication 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer Erection 0.49 3.00 A. Skilled Laborer 0.49 3.00 B. Unskilled Laborer C. Equipment And Water: 0.75 1.00 A. Welding Machine 0.25 1.00 B. Cutting Outfit 0.49 1.00 C. Truck Mounted Crane (20-25 Mt) Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)c Structural Steel Purlins Quantity 567.97 Kg Dpwh Standard Output Per Day (opd)= 90.45 Kg 567.97 Kg Structural Steel Purlins Direct Cost: A. Materials: 1.05 Kg A. Structural Steel Framing Including Cross 0.02 Kg B. Acetylene C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 2.00 A. Welding Machine Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (3)a Metal Structure Accessories (anchor Bolts) Quantity 24.00 Pc Dpwh Standard Output Per Day (opd)= 1 Pc 24.00 Pc Metal Structure Accessories (anchor Bolts) Direct Cost: A. Materials: 1.00 Pc A. Anchor Bolt B. Manpower: Number Of Days 0.10 1.00 A. Construction Foreman 0.10 1.00 B. Skilled Laborer 0.10 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (3)b Metal Structure Accessories (sagrods) Quantity 48.00 Pc Dpwh Standard Output Per Day (opd)= 1 Pc 48.00 Pc Metal Structure Accessories (sagrods) Direct Cost: A. Materials: 1.00 Pc A. Sagrod With Nuts And Bolts B. Manpower: Number Of Days 0.10 1.00 A. Construction Foreman 0.10 1.00 B. Skilled Laborer 0.10 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (3)c Metal Structure Accessories (turnbuckle) Quantity 4.00 Pc Dpwh Standard Output Per Day (opd)= 1 Pc 4.00 Pc Metal Structure Accessories (turnbuckle) Direct Cost: A. Materials: 1.00 Pc A. Standard Turnbuckle B. Manpower: Number Of Days 0.15 1.00 A. Construction Foreman 0.15 1.00 B. Skilled Laborer 0.15 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1051(1) Railings Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1 L.s. 1.00 L.s. Railings Direct Cost: A. Materials: 2.00 Lengths A. 2" X 2" X 1.55mm G.i Steel Tubular 4.00 Lengths B. 1" X 1" X 1.55mm G.i Steel Tubular 8.00 Kgs C. Welding Rod 1.00 Set D. Oxygen/acetylene 1.00 Gals E. Epoxy Primer F. Consumable (5% Of Material Cost) B. Manpower: Number Of Days 32.00 1.00 A. Construction Foreman 32.00 1.00 B. Skilled Laborer 32.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1046.00 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Quantity 162.49 M2 Dpwh Standard Output Per Day (opd)= 3.825 M2 162.49 M2 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Direct Cost: A. Materials: 13.00 Pc A. 100 Mm Thk Chb (non-load Bearing) 0.53 Bag B. Cement 0.04 Cu.m C.sand 3.24 Kg D. Reinforcing Steel 0.05 Kg E. #16 Tie Wire B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 3.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One-bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1027(1) Cement Plaster Finish Quantity 230.50 M2 Dpwh Standard Output Per Day (opd)= 7.125 M2 230.50 M2 Cement Plaster Finish Direct Cost: A. Materials: 0.33 Bag A. Cement 0.03 Cu.m B. Sand B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1014.00 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Quantity 178.94 M2 Dpwh Standard Output Per Day (opd)= 2.769 M2 178.94 M2 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Direct Cost: A. Materials: 1.00 M A. Prepainted Metal Sheets (rib Type, Long Span, 0.427mm Thk. 10.00 Pc B. Tek Screw C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(1) Fabricated Metal Roofing Accessory (flashings) Quantity 150.40 M Dpwh Standard Output Per Day (opd)= 10.00 M 150.40 M Fabricated Metal Roofing Accessory (flashings) Direct Cost: A. Materials: 1.05 M A. Flashings (bended) 19.00 Pc B. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(2)c Fabricated Metal Roofing Accessory (300mm Gutter) Quantity 143.20 M Dpwh Standard Output Per Day (opd)= 11.80 M 143.20 M Fabricated Metal Roofing Accessory (300mm Gutter) Direct Cost: A. Materials: 1.05 M A. Gutter (0.4 Mm) 3.00 Pc B. 12" X 1" Plain Gi Strap 16.00 Pc C. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1038(1) "reflective Insulation" Quantity 178.94 M2 Dpwh Standard Output Per Day (opd)= 178.94 M2 178.94 M2 " Reflective Insulation" Direct Cost: A. Materials: 1.00 M2 A. Reflective Insulation B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1003(1) 4.5mm Fiber Cement Board On Metal Frame Ceiling Quantity 825.63 M2 Dpwh Standard Output Per Day (opd)= 1.243 M2 825.63 M2 4.5mm Fiber Cement Board On Metal Frame Ceiling Direct Cost: A. Materials: 0.37 Pc "a. 4.5mm Fiber Cement Board Plywood" 1.13 Pc "b.metal Furring 3m Length" 0.36 Pc C. Carrying Channels 1.00 Pc D. Hanger Bars/rod 6.00 Pc E. Channel Clip 0.24 Pc F. Wall Angle 14.00 Pc G. Rivets 4.00 Pc H. 1" Metal Screw B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1003(1)e2 Metal Spandrel On Metal Frame Ceiling Quantity 224.64 224.64 Dpwh Standard Output Per Day (opd)= 1.243 M2 224.64 224.64 Metal Spandrel On Metal Frame Ceiling Direct Cost: A. Materials: 1.05 Sq.m. "a. Pre-painted Sheet - Spandrel Plywood" 1.13 Pc "b.metal Furring 3m Length" 0.36 Pc C. Carrying Channels 1.00 Pc D. Hanger Bars/rod 6.00 Pc E. Channel Clip 0.24 Pc F. Wall Angle 14.00 Pc G. Rivets 4.00 Pc H. 1" Metal Screw B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: 0.00 - Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1003(1)e3 Metal Pvc Ceiling Panel On Metal Frame Ceiling Quantity 280.00 M2 Dpwh Standard Output Per Day (opd)= 1.243 M2 280.00 M2 Metal Pvc Ceiling Panel On Metal Frame Ceiling Direct Cost: A. Materials: 1.05 Sq.m. A. Pvc Ceiling Panel 1.13 Pc "b.metal Furring 3m Length " 0.36 Pc C. Carrying Channels 1.00 Pc D. Hanger Bars/rod 6.00 Pc E. Channel Clip 0.24 Pc F. Edge Trim 14.00 Pc G. Rivets 4.00 Pc H. 1" Metal Screw B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1032(1)a Painting Works (masonry Painting) Quantity 1,650.13 M2 Dpwh Standard Output Per Day (opd)= 2.10 M2 1650.13 M2 Painting Works (masonry Painting) Direct Cost: A. Materials: 0.02 Gal A. Concrete Neutralizer 0.04 Gal B. Concrete Sealer/prime 0.05 Gal C. Patching Compound 0.08 Gal D. Semi Gloss Latex (two Coat Only) E. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1018(1) Glazed Tiles And Trims Quantity 555.15 M2 Dpwh Standard Output Per Day (opd)= 1 .365 M2 555.15 M2 Glazed Tiles And Trims Direct Cost: A. Materials: 1.05 M2 A. Glazed Tiles 0.33 Bags B. Cement 0.03 M3 C.sand 0.13 Bags D. Tile Grout 0.14 Bags E. Tile Adhesive (25 Kg) F. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 5.00 B. Skilled Laborer 1.00 5.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1018.00 Unglazed Tiles Quantity 69.65 M2 Dpwh Standard Output Per Day (opd)= 1 .95 M2 69.65 M2 Unglazed Tiles Direct Cost: A. Materials: 1.05 M2 A. Unglazed Tiles 0.33 Bag B. Cement 0.03 M3 C.sand 0.13 Bag D. Tile Grout 0.14 Bags E. Tile Adhesive (25 Kg) F. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 5.00 B. Skilled Laborer 1.00 5.00 C. Unskilled Laborer C. Equipment And Water: 86.88 Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1019(1)d Laminated Wood Tiles Quantity 306.00 M2 Dpwh Standard Output Per Day (opd)= 1 .95 M2 306.00 M2 Laminated Wood Tiles Direct Cost: A. Materials: 1.05 M2 A. Laminated Wood Tiles 0.50 L B. Glue Adhesive 0.33 Bag C. Cement 0.03 M3 D.sand H. Consumables (5% Of Materials Cost) B. Manpower: 1.00 1.00 A. Construction Foreman 1.00 5.00 B. Skilled Laborer 1.00 5.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1008(1)a Aluminum Glass Window (sliding) Quantity 32.48 M2 Dpwh Standard Output Per Day (opd)= 0.36 M2 32.48 M2 Aluminum Glass Window (sliding) Direct Cost: A. Materials: 1.00 M2 A.aluminum Glass Window (sliding) B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1008(1)b Aluminum Glass Window (awning) Quantity 8.10 M2 Dpwh Standard Output Per Day (opd)= 0.36 M2 8.10 M2 Aluminum Glass Window (awning) Direct Cost: A. Materials: 1.00 M2 A.aluminum Glass Window (awning) B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1008(1)c Aluminum Glass Window (fixed) Quantity 41.70 M2 Dpwh Standard Output Per Day (opd)= 0.36 M2 41.70 M2 Aluminum Glass Window (fixed) Direct Cost: A. Materials: 1.00 M2 A.aluminum Glass Window (fixed) B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1009 (1)a Jalousie Window (glass) Quantity 5.23 M2 Dpwh Standard Output Per Day (opd)= 0.27 M2 5.23 M2 Jalousie Window (glass) Direct Cost: A. Materials: 1.00 M2 A.jalousie Window (glass B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1010 (1) Frames (jambs, Sill, Head, Transoms And Mullions) Quantity 39.00 Set Dpwh Standard Output Per Day (opd)= 1 Set 39.00 Set Frames (jambs, Sill, Head, Transoms And Mullions) Direct Cost: A. Materials: 1.00 Set A.jambs, Sill, Head, Transoms And Mullion B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 2.00 1.00 A. Construction Foreman 2.00 1.00 B. Skilled Laborer 2.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1010 (2)a Pvc Doors Quantity 24.57 M2 Dpwh Standard Output Per Day (opd)= 0.315 M2 24.57 M2 Pvc Doors Direct Cost: A. Materials: 0.58 M2 A.pvc Door B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1010 (2)b Wooden Panel Door Quantity 39.78 M2 Dpwh Standard Output Per Day (opd)= 0.36 M2 39.78 M2 Wooden Panel Door Direct Cost: A. Materials: 1.00 M2 A.wooden Panel Door B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1006 (5) Fire Rated Fire Exit Steel Door Quantity 2.52 M2 Dpwh Standard Output Per Day (opd)= 0.26 M2 2.52 M2 Fire Rated Fire Exit Steel Door Direct Cost: A. Materials: 1.00 M2 A. Hollow Steel Door/ Steel Flush Doorl Grille Door/steel Louver Door B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1100(10) Conduit Works, Boxes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= "1.00 I.s. " 1.00 I.s. Conduit Works, Boxes And Fittings Direct Cost: A. Materials: 1.00 Length A. 25 Mm Ø X 3.00 M Rsc Pipe 80.00 Length B. 15 Mm Ø X 3.00 Mm Pvc Pipes 10.00 Pcs C. 15mm Ø Pvc Coupling 30.00 Pcs D. 15mm Ø Pvc Elbow 25.00 Pcs E. Utility Box 30.00 Pcs F. Junction Box 1.00 Pcs G. 25mm Ø Entrance Cap H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 47.39 1.00 A. Construction Foreman 47.39 1.00 B. Skilled Laborer 47.39 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1101(33) Wires And Wiring Devices Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= 1.00 I.s. 1.00 I.s. Wires And Wiring Devices Direct Cost: A. Materials: 6.00 Rolls A.3.5 Mm2 Electric Wire Thhn 6.00 Rolls B.5.5 Mm2 Electric Wire Thhn 3.00 M C. 8.00 Mm2 Electric Wire (thhn) 10.00 Set D. Single-gang Switch 8.00 Set E. Two-gang Switch 4.00 Set F. Three-gang Switch 60.00 Set G. 3- Gang Convenience Outlet H. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 28.05 1.00 A. Construction Foreman 28.05 1.00 B. Skilled Laborer 28.05 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1102(1) Panel Board With Main Breaker/branches Quantity 1.00 Set Dpwh Standard Output Per Day (opd)= 1 Set 1.00 Set Panel Board With Main Breaker/branches Direct Cost: A. Materials: 1.00 Set A. Main Panel Board With 250 At,2p Main Breaker, 1-branches 200 At,2p And 1- 80at,2p 1.00 Set B. Empty Panel Board With 24 Branches 1.00 Set C. Empty Panel Board With 16 Branches 13.00 Pcs B. 30 Amp. Plug-in Breaker 25.00 Pcs C. 20 Amp. Plug-in Breaker 2.00 Pcs D. 15 Amp. Plug-in Breaker E. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 5.50 1.00 A. Construction Foreman 5.50 1.00 B. Skilled Laborer 5.50 2.00 C. Unskilled Laborer C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1103(1) Lighting Fixtures & Lamps Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= 1.00 I.s. 1.00 I.s. Lighting Fixtures & Lamps Direct Cost: A. Materials: 40.00 Set A. 9 Watts Led Wall Light 223.00 Set B. 9 Watts Led Down Light Recessed Type 30.00 Units C. Emergency Lamp (twin Head) 4.00 Units D. Exhaust Fan 400.00 L.m E. Led Striplight 14 Watts With Controller B. Manpower: Number Of Days 29.00 1.00 A. Construction Foreman 29.00 1.00 B. Skilled Laborer 29.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (8) Sewer Line Work Quantity 1.00 Ls Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 Ls Sewer Line Work Direct Cost: A. Materials: 10.00 Lengths A. 50 Mm Ø Pvc Pipe,series 1000 10.00 Lengths B. 100 Mm Ø Pvc Pipe, Series 1000 8.00 Pcs C. Pvc 45 Deg. (3mm Bend X 50mm) 2.00 Pcs D. Pvc 45 Deg. (3mm Bend X 101mm) 2.00 Pcs E. Pvc 87.5 Deg. (6mm Bend X 101mm) 2.00 Pcs F. Pvc 45 Deg. Single Branch, Wye (101mm X 101mm) 2.00 Pcs G. Pvc 87.5 Deg. Single Branch, Seep, Tee (101mm X 50mm) 3.00 Pcs H. Pvc Coupling (50mm D) 3.00 Pcs I. Pvc Coupling3 (101mm D) 2.00 Pcs L. Pvc Cleanout W/ Plug & Sealing Rings (101mm) M. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 16.00 1.00 A. Construction Foreman 16.00 1.00 B. Skilled Laborer 16.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (9) Storm Drainage And Downspout Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Storm Drainage And Downspout Direct Cost: A. Materials: 45.00 Lengths A. 75 Mm Ø Pvc Pipe,series 1000 20.00 Ea B. Pvc 45 Deg. (3mm Bend X 76mm) 15.00 Ea C. Pvc Coupling (76mm D) D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 8.00 1.00 A. Construction Foreman 8.00 1.00 B. Skilled Laborer 8.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1002(6) Cold Waterline Pipes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= "1.00 I.s. " 1.00 I.s. Cold Waterline Pipes And Fittings Direct Cost: A. Materials: 10.00 Lengths A.13 Mm Ø X 4.00 M (ppr) Pipe, Pn 20 7.00 Pcs B.13 Mm Ø Ppr Elbow - Threaded 10.00 Pcs C.13 Mm Ø Ppr Elbow 10.00 Pcs D.13 Mm Ø Ppr Coupling 2.00 Pcs E.13 Mm Ø Gate Valve 2.00 Pcs F.13 Mm Ø Ppr Union 5.00 Pcs G.13 Mm Ø Ppr Tee H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 6.65 1.00 A. Construction Foreman 6.65 1.00 B. Skilled Laborer 6.65 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1002(5) Plumbing Fixtures Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= 1.00 I.s. 1.00 I.s. Plumbing Fixtures Direct Cost: A. Materials: 16.00 Set A. Water Closet With Complete Accessories 4.00 Set B. Urinal With Complete Accessories 14.00 Set C. Lavatory (wall Hung) 23.00 Set D. Floor Drain 2.00 Set E. Soap Holder (toilet Soap / Liquid Soap) 16.00 Set F. Toilet Tissue Holder/dispenser 16.00 Set G. Bidet 14.00 Set H.lavatory Faucet 1.50 M I. 38 Mm Stainless Steel Grab Bar 5.04 Sq.m. J. Facial Mirror With Led 6.00 Set K. Telephone Shower 1.00 Set L. Kitchen Sink B. Consumables (% Of Materials Cost) B. Manpower: Number Of Hours 16.48 1.00 A. Construction Foreman 16.48 1.00 B. Skilled Laborer 16.48 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1201(1) Water Pumping System Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= 1 I.s. 1.00 I.s. Water Pumping System Direct Cost: A. Materials: 1.00 Unit Stainless Steel Water Tank (4000 Liters Cap.) Diameter 118cm X 220 Cm Height 1.00 Unit Automatic Booster Waterpump Inclusion: 100 Liters Bladder Tank, Automatic Pressure Setting 20 Psi To Cut Off 40 Psi,stainless Steel Flexible Hose, Pressure Switch And Pressure Guage Pp 3 Way Connector. 1.00 Unit Pressure Tank -with Maximum Working Pressure: 125 Psi, Factory Precharge: 20 Psi, Nominal Volume 130 Liters 6.00 Bags Portland Cement 1.00 Cu.m Washed Sand 2.50 Cu.m Coarsed Gravel 6.00 Lengths 10mm Dia. Deformed Bars 2.00 Kgs Gi Tie Wire #16 3.00 Lengths Ppr Pipe 1/2" 2.00 Lengths Ppr Pipe 3/4" 6.00 Lengths Ppr Pipe 1" 2.00 Unit Ppr Ball Valve 1" 4.00 Pcs Teflon (tumbo) 1" 4.00 Pcs P.e Coupling 1/2" 6.00 Pcs Ppr Female Coupling Adaptor 1" 6.00 Pcs Ppr Male Coupling Adaptor 1/2" 8.00 Pcs Ppr Elbow (plain) 1" 4.00 Pcs Ppr Union 1" 2.00 Pcs Ppr Coupling Reducer 1" X 3/4" 3.00 Pcs Ppr Coupling Reducer 1" X 1/2" 1.00 Pcs Ppr Female Elbow 3/4" 1.00 Pcs Float Valve 3/4" 4.00 Pcs Ppr Elbow 1/2" 1.00 Pcs Check Valve 1" 1.00 Unit Liquid Level Switch B. Manpower: Number Of Hours 240.00 1.00 A. Construction Foreman 240.00 1.00 B. Skilled Laborer 240.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1300.00 Installation Of High Pressured Board Comfort Room Cubicle Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= 1 I.s. 1.00 I.s. Installation Of High Pressured Board Comfort Room Cubicle Direct Cost: A. Materials: 11.00 Sheets 1530mm X 1830mm X 12mm High Pressure Board 8.00 Lengths 3/4" + 1/2" X 3m Length Aluminum Top Rail 4.00 Lengths Aluminum Edge Profile 20mm X 2.44 Meter 6.00 Lengths Aluminum U-channel 20mm X 2.44 Meter 200.00 Pcs 8mm Dia X 11mm Phenolic Board Screw 6.00 Pcs Door Stopper With Coat Hook 16.00 Pcs Adjustable Leg Foot 6.00 Set Indicator Lock 6.00 Pcs Hook Hanger 6.00 Pcs Self Closing Hinge 6.00 Pcs Knob Handle 20.00 Pcs Corner Bracket B. Manpower: Number Of Hours 80.00 1.00 A. Construction Foreman 80.00 1.00 B. Skilled Laborer 80.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1004(2) Finishing Hardware Quantity 1.00 Set Dpwh Standard Output Per Day (opd)= 1 Set 1.00 Set Finishing Hardware Direct Cost: A. Materials: 1.00 Set A. Finishing Hardwares (locksetllatches, Bolts, Door Closer, Knobs/handles/ Hinges/ Ladderl Grab Bar) B. Manpower: Number Of Hours 8.00 1.00 A. Construction Foreman 8.00 1.00 B. Skilled Laborer 8.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1600.00 Vent Blocks Quantity 1.00 L.s Dpwh Standard Output Per Day (opd)= 1.00 L.s 1.00 L.s Vent Blocks Direct Cost: A. Materials: 310.00 Pcs A. 200mm X 200mm Vent Blocks 14.00 Bags B. Cement 2.00 Cu.m C. Sand 10.00 Lengths D. 10mm Deformed Bar E. Consumbles (5% Of Material Price) B. Manpower: Number Of Hours 56.00 1.00 A. Construction Foreman 56.00 1.00 B. Skilled Laborer 56.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1003(2)f Wood Cladding Quantity 57.04 M2 Dpwh Standard Output Per Day (opd)= 1.243 M2 57.04 M2 Wood Cladding Direct Cost: A. Materials: 1.05 Sq.m. A. Wood Cladding 10.00 Pc B. 1" Wood Screw Consumables (5% Of Material Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1200.00 Air Conditioning System Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= 1 I.s. 1.00 I.s. Air Conditioning System Direct Cost: A. Materials: 4.00 Units Floor Mounted Airconditioner ,power Supply 230v/3ph/60hz, Refrigerant R410a, Cooling Capacity 52,000 Kj/hr,system Power Input 5,500w, Eer 9.5kj/w-hr 7.00 Lot Inverter Split Type Aircon, Wall Mounted , 1 Hp,cooling Capacity 12,555 Kj/hr,system Power Input 230 V, 60hz, Eer 6.4 Kj/w-hr Consumables (1% Of Material Cost) B. Manpower: Number Of Hours 24.00 1.00 A. Construction Foreman 24.00 1.00 B. Skilled Laborer 24.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1400.00 Cast Metal Letters Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Cast Metal Letters Direct Cost: A. Materials: 1.00 Lot A. Lighted Cast Metal Letters (argao Pavilion) B. Manpower: Number Of Hours 4.00 1.00 A. Construction Foreman 4.00 1.00 B. Skilled Laborer 4.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1500.00 Furnitures And Fixtures Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Furnitures And Fixtures Direct Cost: A. Materials: 1.00 Pcs A. Office Chair 1.00 Pcs B. Office Table 1.00 Unit C. Vip Lounge Sofa- Height Including Back Cushions: 83 Cm (32 5/8 "), Backrest Height: 68 Cm (26 3/4 "),width: 241 Cm (94 7/8 "),depth: 98 Cm (38 5/8 "),height Under Furniture: 6 Cm (2 3/8 ") 18.00 Set E. Single Bed With Mattress Can Vary In Size, But Typically Measure 36 In X 75 In (91 Cm X 190 Cm). 200.00 Pcs F. Aluminum Banquet Chair -w:450mm D:600mm Seating H: 480mm Total H: 930mm Weight: 5.9 Kg 4.00 Unit G. 1 X - Clients Chair, Black Vinyl/black Frame- 17.5"w X 20.25"d X 34"h (44.5 X 51.4 X 86.4 Cm) 6.00 Unit H. Modern And Contracted Bedroom 2 Doors Furniture Metal Wardrobe (w 2000mm,h 1200mm X D 500mm) 1.00 Set I.modern Luxury Office Furniture Meeting Room Conference Meeting Table With 10 Chairs B. Manpower: Number Of Hours 4.00 1.00 A. Construction Foreman 4.00 1.00 B. Skilled Laborer 4.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax)
Closing Date10 Mar 2025
Tender AmountPHP 12.8 Million (USD 224.1 K)

Adela Serra Ty Memorial Medical Center Tender

Healthcare and Medicine
Philippines
Details: Description 1 Patient/cardiac Monitor With Central Monitoring Purpose Of Use: A Patient Monitor Is An Electronic Medical Device That Consists Of One Of More Monitoring Sensors, A Processing Component(s), And A Screen Display (also Called A "monitor") That Provide And Record For Medical Professionals A Patient's Medical Vital Signs (body Temperature, Blood Pressure, Pulse Rate And Respiratory Rate) Or Measurements Of The Activity Of Various Body Organs Such As Ecg Monitors, Anesthesia Monitors, Or Ekg Monitors. Department: Surgery Technical Characteristics Patient Monitor Specs: Large, Full-color Touchscreen Display (15" - 17" Or Larger), Offering With A Resolution Of 800x600 Pixels Or Better. With Intuitive Touch Controls. Provides Real-time Data Visualization For Critical Parameters With Easy-to-read Graphics And Customizable Settings. - Rechargeable Lithium Battery With A Minimum Of 100-130 Minutes Operating Time And A Charging Time Of <10 Hours." - Alarm Indicator- Multi-level Alarm System With Auditory And Visual Signals, Customizable Alarm Thresholds - St-segment Measurement Stores 128 Groups Of Arrythmia Data (8-second Ecg Waveform) - Stores At Least 168 Hours Of Trend Data, Customizable Storage Intervals. - Standard Configuration: Ecg, Hr, Resp, Nibp, Sp02, (2x) Temp, Lithium Battery - 12-lead Ecg, Recorder Compact And Portable Design, With Customizable Dimensions (company Offer) According To Brand Specifications. - Weight: Less Than 6 Kg - Power Supply: Power Voltage Ac 100-240v 50/60 Hz - Power Input <85va - Safety Class: Category I - An Optional Built-in Thermal Dot Array Recorder With Customizable Paper Speed And Trace Configuration - System Output: Ethernet Network Standard Rj45 Socket, Rf Wireless Lan: 433mhz Or Better, 10mw (option), Nurse Call Output, Analog Output (ecg Or Ibp), Defibrillator Option, Video Output Option - Alarm: 3 Level (low, Med, High), Indication: Auditory & Visual, Set Up: Default And Custom, Silence: All Alarms Can Be Silenced, Volume: 0-45~ 80-85~db Measured At 1 Meter - Trend: Store And Review 168 Hr. Trend Data And Maps Or Its Equivalent Supports A Wide Range Of Physiological Parameters, With Flexibility To Select From Ecg, Hr, Spo2, Nibp, Temp, Co2, Rr, Ibp, St, Etc. - Cycle Intervals Of Trend Storage 1sec, 5sec, 10sec, 1min, 2min, 3min, 4 Min, 5min, 10min, 15min, 20min, 30min - Store & Reviewing: Ecg (30 Minutes), Alarm: 1800 Groups Alarm Events Reviewing - Nibp: 1000 Groups Nibp Measurement; Arrythmia: 128 Groups Date (8-second Ecg Waveforms) - Environment: Working Temp (0-5~+40c) - Transportation And Storage Temperature: 20~+55 °c - Relative Humidity: Working <85% - Transportation And Storage: <93% - Atmospheric Pressure: Working 860~1060 Hpa - Transportation And Storage: 500~1060 Hpa - Ecg Measurement With Support For 3, 5, And 12 Leads, Hr Range Of 10-15-300 Bpm, With Accurate St Segment Analysis And Customizable Gain Settings - Lead Selection: I, Ii, Iii, Avr, Avf, V1~v6 (option) - Gain: Auto, 0.25x, 0.5x. 1.0x, 2.0x, 4.0x Insulation Breakdown Voltage: 4000vac 56/60hz (optional) - Sweep Speed 12.5mm/s, 25mm/s, 50mm/s - Hr Range: 10-15~300-350 Bpm - Hr Accuracy +1% Or +-bpm Whichever Is Greater - St Segment: Measurement Range (2.0mv~2.0mv), Resolution 0.01 Mv - Resp: Impedance Variation Method Between Ra-la (r-f), Measurement Range: 0~120-150rpm, Accuracy +-2rpm, Gain X1, X2, X4, Sweep Speed 6.25mm/s, 12. 5mm.s, 25mm/s - Temp: Measurement Range (25.0-50.0 C), Unit: Celsius Or Fahrenheit, Accuracy (+-0.1 To +-1c) Exclusive Of Probe), Connecting Cable: Compatible With Ysi-400 Or Its Equivalent - Sp02: Measurement Range (0~100.0) - Accuracy: At70~100%,+-2% -pr Range 25-30~250 Bpm - Pr Accuracy +-1% Or +1 1-2 Bpm, Whichever Is Greater - Nibp: Automatic Oscillometry Technique, - Range: Neonate (10~135 Mmhg), Accuracy Static +-2% Or +-3-+-5% Mmhg, Whichever Is Greater, Unit: Mmhg, Kpa, Pulse Rate Range: 40~240 Bpm, Intervals For Auto Measurement: 1,2,3,4,5,10,15,20,30,45,60,90; Minutes 2. 4. Hrs. Connectors - 1 Ac Power Connector - 1 Rj45 Network Connector - 1 Or 2 Usb 2.0 Connectors - 1 Vga Output Connector - 1 Multifunctional Output Connector (output Ecg, Nurse Call, And Defib. Synch. Signals) Standard Accessories: - 12-lead Ecg Snap Connector Cable, Nibp Adult Cuff, With Tube And Connector, Ecg Electrode Disposable (10), Nellcor Sp02 Sensor, Finger Probe, Reusable With Cable, Temperature Probe For Skin Reusable, Lithium Battery, Recording Paper, User Manual Wall Bracket In Patient Monitor Per Unit Patient Monitor Wall Mount Workstation Hospital Bracket 180-360-degree Rotation With A Basket For Patient Monitor Accessories Central Monitoring System Wired - Centralized Monitoring System That Supports Remote Surveillance For Up To 30 Patients, With Customizable Display Options And Support For High-definition Viewing - Easily Adjust Which Patients Are Viewed On Each Display And The Acuity Of Their Monitoring With Highly Customizable Views - 1 Unit At Least 50 50-inch Smart Tv With Stand And Wall Brackets - 1-unit Branded Computer System With At Least I5-i7 Processor With 32gb Of Ram And A Dedicated Video Card. At Least 4gb Gddr5, 24 24-inch Monitor, And Other Accessories Needed - 1-unit Wireless Lan Adapter - 1-unit 16ports Gigabit Switch - 1-unit 2kva Ups With Avr - Sterilization Process For Accessories Chemical Sterilization - Noncorrosive Chemical/disinfectant Or Its Equivalent Consumables/reagents - 100 Rolls Of Thermal Paper - 20 Packs Of Electrodes 100’s Spare Parts Per Unit - 5pcs Spo2 Wrap Sensor Neonate - 20pcs Nibp Cuff With Bladder Neonate - 1 Pc Extra Nibp Tubing - 2 Patient Ecg Cables - 1 Pc Temperature Probe Sensor - (2) Two Sets Of Spare Fuses Per Unit (if Non-resettable Fuses Are Used). - 1 Pc Spare Ecg Patient Cable Per Unit With Electrodes - Spare Spo2 Sensor Reusable 2 Pcs Newborn - 3 Pcs Spare Nibp Bladder With Cuff - 1 Pack Of Disposable Ecg Electrodes Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning - Supplier To Perform Installation, Safety, And Operation Checks Before Handover - Supplier Should Shoulder All Electrical And Data Wiring - Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation - Electrical, Cable Wiring, And Other Consumables Should Be Shouldered By Supplier Training End Users & Biomedical/engineers O For Bio-medical: Offsite 6 Biomed Technician Comprehensive Offsite Training Theoretical And Advance Troubleshooting Training Of Users In Operation, Basic And Advanced Maintenance Including Fares, Accommodation, And Meals On-site Training And Orientation For Machine Handling And Operation Upon Installation. - Training Of Users In Operation And Basic Maintenance, And Calibration Shall Be Provided - Supplier To Issue Certificate Of Training - Advanced Maintenance Tasks Required Shall Be Documented." User Care - Unit Layout To Enable Easy Cleaning And Sterilization Of All Surfaces. Warranty And Maintenance - 3 Years Warranty Of Service With Quarterly Visit - 3 Years Warranty Of Parts - Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period - 10 Years Availability Of Parts And Maintenance, And Services - Maintenance Tasks: Every Quarterly Preventive Maintenance Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu) 2 Operating Table Electric & Hydraulic Type Features And Benefits: All Purpose Operating Table With Electrohydraulic Drive And Doubled Mechanohydraulic Drive Combined With Additional Accessories Sets Allows Full Range Of Surgery Operations Double Drive Secures High Reliability And Pauseless Performance In Case On Emergency Technical Specifications - Leg Section Adjustment - Manual Or Gas Spring (acceptable Both) - Remote Control - (basic Remote) - Additional Remote Control – Optional - Stainless Steel Column Casing - Operating Position Activated By Pedal - Optional (preferably Remote Or Button) - Stainless Steel Base Cover - Or Equivalent Coated Finish - Mechanically Bending Dorsal Section - Manual Or Motorized Acceptable - Head Section Adjustment - Manual Or Gas Spring Operated - Dorsal Tilt - Remote Or Manual Adjustment - Emergency Button - Optional But Preferred - Mechanohydraulic Drive - Electric-hydraulic Or Full Electric Acceptable - Safe Working Load - Minimum 200–250kg - Weight - Max 270kg (standard) - Longitudinal Table Top Shift - Minimum 300mm (preferably Remote Controlled) Accessories Per Unit - Traction Device Arm – Optional - Extension Arm (pair) – Optional - Pelvic Support – Standard - Lower Limb Support (pair) – Standard - Imaging Arm Board (1 Pc) – Standard (radiolucent Preferred) - Standard Armboard (1 Pair) – Standard - Anesthesia Screen With Clamp – Standard Standard Accessories (required) - Standard Armboard With Pad - Anesthesia Screen L-type - Imaging Arm Board (radiolucent If Possible) - Clamp For Accessories - Chest & Waist Support Optional Orthopedic Accessories - Traction Device Set - Carbon Fiber Knee Rest - Direct Traction Hook - Accessory Cart For Traction 1 Unit Ups With Avr At Least 2000va Up Sterilization Process For Accessories - Chemical Sterilization- Non Corrosive Chemical / Disinfectant" - Consumables / Reagents Warranty And Maintenance Warranty: 3 Years Warranty Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period Requirements For Commissioning - Supplier To Perform Installation, Safety And Operation Checks Before Handover - Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation Manufacturer / Supplier Should Have Iso Certificate For Quality Standard. Electrical Safety Conforms To Standards For Electrical Safety Conforms To Iec-61010" Documentation Documentation Requirements - User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) - Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. - List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. - List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance - Certificate Of Calibration And Inspection To Be Provided. - List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost - Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided 3 Ecg Machine With Trolley Technical Characteristics Main Features - 12-lead Ecg Acquisition: Simultaneous 12-lead Acquisition For Comprehensive Cardiac Assessment. - Ai Interpretation: Utilizes Advanced Algorithms (e.g., Prague, Dxl) For Automated Interpretation, Enhancing Diagnostic Accuracy. - Diagnostic Display: High-resolution Color Touchscreen Display For Clear Visualization Of Ecg Waveforms. - Remote Control: Allows Remote Operation For Convenience And Infection Control. - Export To His: Seamless Integration With Hospital Information Systems For Efficient Data Management. - Barcode Reader: Facilitates Quick Patient Identification And Data Entry. - Battery Capacity: Sufficient Battery Life To Support Multiple Ecg Tests Before Recharging. - Examination Memory Capacity: Stores A Substantial Number Of Ecg Records For Easy Retrieval. Technical Parameters - Display: Touchscreen Interface For Intuitive Operation. - Keyboard: Combined Alphanumeric Keyboard And Touchscreen For Flexible Data Entry. - Battery Indicator: Audible And Visual Indicators For Low Battery Alerts. - Loose Lead Detection: Automatic Detection Of Disconnected Leads To Ensure Accurate Readings. - Paper Specifications: - Paper Size: Standard Size Compatible With Thermal Printers. - Paper Width: Typically, 210 Mm For Standard Ecg Paper. - Paper Type: Thermal-sensitive Paper For Clear, Long-lasting Prints. - Perforated Paper Dimensions: Standard Dimensions For Easy Handling. - Printer Resolution: Y-axis: 200 Dpi; X-axis: 500 Dpi For High-quality Prints. - Print Speed: Adjustable Speeds: 5, 10, 25, 50 Mm/s To Suit Clinical Needs. - Sensitivity Settings: Selectable: 2.5, 5, 10, 20 Mm/mv For Optimal Waveform Representation. - Lead Configuration: Standard Leads: I, Ii, Iii, Avr, Avl, Avf, V1–v6; Electrode Set: R, L, F, N, C1–c6. - Auto Mode Printing: Multiple Formats: 3, 4, 6, 12, 3x4+1, Etc., For Versatile Reporting. - Manual Mode Printing: Options: 3, 4, 6, 12 Leads For Customized Reports. - Long Mode Recording: Extended Recording Times: 1–10 Minutes For Detailed Analysis. - Record Length: - Auto Mode: Adjustable From 10 To 80 Seconds. - Long Mode: Up To 10 Minutes For Comprehensive Data Capture. - Saved Records: Stores Up To 100 Ten-second Ecg Recordings For Quick Access. Filters: - Adaptive Auto Filter: Automatically Adjusts To Minimize Artifacts. - Mains Filter: 50/60 Hz To Reduce Electrical Interference. - Muscle Filter: Selectable: 25, 35 Hz To Filter Out Muscle Noise. - Baseline Filter: Options: 3.2, 1.5, 0.6, 0.3, 0.1 Seconds For Baseline Correction. - Detection Capabilities: Includes Arrhythmia Detection, Pacemaker Detection, And Lead-off Detection. - User Profiles: Supports Unlimited User Profiles For Personalized Settings. Accessories Per Unit Standard Accessories: - 12-lead Patient Ecg Cable For Resting Ecg. - Reusable Chest Electrodes (suction Ball-type). - Extremity Clamps Reusable Electrodes. - Ecg Bag For Storage And Transport. Consumables: - Conductive Gel (2 Bottles). - Thermal Paper Rolls (5 Rolls). - Electrodes For Adults, Neonates, And Children. Spare Parts: - Spare Fuses (2 Sets). - Rechargeable Batteries. - Ecg Patient Cable With At Least 6 Leads. Other Components: - Transport Trolley With Lockable Casters. - Ups With Avr (at Least 1500va). - Adaptor If Needed. With Workstation - 1 Unit 24" Monitor - 1 Unit System Unit - Minimum 8-16 Processor (cpu) - Hdd: 1tb Or More - Memory: 16gb To 32gb Or More - Motherboard: Branded Ddr5 - Video Card: 4-8gb - Built-in Reporting Module (licensed Dicom Viewer) - 1 Unit Ups 2kva For Workstation - 1 Unit L-shape Table For Workstation - 1 Units Executive Table - 1-unit Dual Channel Speaker Software And Free License - Fully Assembled And Ready-to-install Ecg Machine. - Built-in Reporting Module (licensed Dicom Viewer). - No Expiration On Software License. Physical/chemical Characteristics - Mobility: Wheeled Trolley For Easy Transport. - Portability: Compact Design For Space-saving Storage. - Connection: Preferably Wired Patient Cable Connections For Reliability. Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning - Supplier To Perform Installation, Safety, And Operation Checks Before Handover - Supplier Should Shoulder All Electrical And Data Wiring - Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation - Electrical, Cable Wiring, And Other Consumables Should Be Shouldered By Supplier Warranty And Maintenance • 3 Years Warranty Of Service With Semi-annual Visit • 3 Years Warranty Of Parts • Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period 10 Years Availability Of Parts And Maintenance, And Services Maintenance Tasks: Every Semi-annual Preventive Maintenance Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu) 4 Vital Sign Monitor "purpose Of Use; Vital Signs Monitor Is Available In Configurations With Your Choice Of Spo2, Nibp And Temperature. The Portable Monitor Has Multi-parameter Functionality Suited For Out-patient Care And Doctor's Offices." Department: Hospital Main Features - Quick Temp Technology: Measures Body Temperature In Approx. 10–15 Seconds - 5.7 To 6.0-inch High-resolution Lcd Or Tft Color Display (640×480 Resolution Or Higher) - Flexible Configuration: Supports Ecg (if Applicable), Spo₂, Nibp, Pulse Rate, And Temperature - Portable Design, Lightweight (3–5 Kg) - Built-in Rechargeable Lithium-ion Battery With At Least 8–10 Hours Of Continuous Operation - Trend Table Display: Real-time Display With Data Trend Review For Minimum 8 Hours - Nurse Call Function With Programmable Alarm Limits - Bi-directional Communication With Central Station (wired Or Wireless Network Capability) - Suitable For Adult, Pediatric, And Neonatal Use - Optional Recorder With 48 Mm Width Printing Capability Technical Specifications Parameter Specification - Display 5.7–6.0-inch Lcd / Tft, Color Screen (640×480 Or Better) - Dimensions (l×w×h) Approx. 200–250 Mm (l) × 240 Mm (h) × 180–190 Mm (d) - Weight 3–5 Kg - Power Input 100–240 Vac, 50/60 Hz, ≤ 70 Va - Battery Type Lithium-ion, 14.8v Dc, ≥ 4400 Mah - Battery Run Time ≥ 8 Hours Continuous Monitoring - Charging Time < 6 Hours - Recorder Optional, 48 Mm Print Width Communication Ports Usb, Optional Lan/wifi (if Available) Internal Storage Stores Minimum Of 12,000 Groups Of Nibp Data Monitoring Parameters - Ecg (if Applicable): Standard 3/5 Lead Ecg Waveform With Alarm And Trend Storage - Spo₂: With At Least 2-year Sensor Warranty, High-accuracy Digital Processing - Nibp: Auto/manual/continuous Modes, Adjustable Intervals - Temperature: Quick-response, Digital Sensor (ear Probe Or Skin) - Pulse Rate: Derived From Spo₂ Or Nibp Functionality And Features - Real-time Waveform Display (spo₂, Ecg, Respiration If Applicable) - Audible And Visual Alarms For All Parameters With Adjustable Limits - Touchscreen/touchpad Interface (if Available) - Storage Of Patient Data For Trend Review - Supports Adult, Pediatric, And Neonatal Profiles Standard Accessories (per Unit) - 1 × Adult Nibp Cuff (washable) - 1 × Pediatric Nibp Cuff (washable) - 1 × Neonatal Nibp Cuff (washable) - 1 × Adult Spo₂ Sensor - 1 × Pediatric Spo₂ Sensor - 1 × Neonatal Spo₂ Sensor - 1 × Ecg Cable (if Applicable) - 1 × Thermometer Probe Or Sensor - 1 × Set Of Ear Thermometer Tips (20 Boxes Of 10 Pcs/box) Other Components (per Unit) - 1 × Transport Trolley With Basket - 1 × Ups With Avr (at Least 1000va) - 1 × Extension Wire, 5 Meters (standard Outlet Type) - 1 × Free Software & License (lifetime Use) - 1 × Adaptor If Required For Operation Notes Must Comply With Relevant Medical Safety Standards (e.g., Iec 60601) After-sales Support Must Be Available Locally Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety, And Operation Checks Before Handover *** Supplier Should Shoulder All Electrical And Data Wiring *** Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation *** Electrical, Cable Wiring, And Other Consumables Should Be Shouldered By Supplier Warranty And Maintenance • 3 Years Warranty Of Service With Semi-annual Visit • 3 Years Warranty Of Parts • Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period 10 Years Availability Of Parts And Maintenance, And Services Maintenance Tasks: Every Semi-annual Preventive Maintenance Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu) 5 Infusion Syringe Pump Specification(s): Users Friendly - Compact And Light Weight Design For Easy Carrying And Mounting - One Hand Operation” And Intuitive Keypad - Long Runtime Battery, For Emergency And Transfer, And Saves Electrical Sockets General Features - Compact And Lightweight Design For Easy Carrying And Mounting (max Weight: ≤1.8kg) - One-hand Operation And Intuitive Keypad/touch Interface - Supports Multiple Syringe Sizes: 5ml, 10ml, 20ml, 30ml, 50/60ml - Automatic Syringe Size Recognition - Preset Support For At Least 8 Syringe Brands (e.g., Bd, B. Braun, Terumo) - Self-test System With Auto-calibration - Long-life Rechargeable Lithium Battery, At Least 6 Hours @ 5ml/h, Optional Up To 12 Hours - Suitable For Adult, Pediatric, And Neonatal Patients - Includes Handle And Pole Clamp For Vertical Or Optional Horizontal Mounting - Built-in Alarm System With 8 Levels Adjustable Volume - Titration, Pause, And Keypad Lock Functions For Secure Operation - Includes History/event Memory: Minimum 1500 Events - Support For Nurse Call, Rs232, Wi-fi (optional), Dc Input, And Ambulance Use (en-1789 Compliant) Infusion Modes & Parameters Modes: Rate Mode, Time Mode, Body Weight Mode - Flow Rate Range: ▪ 5ml Syringe: 0.1–150 Ml/h ▪ 10ml Syringe: 0.1–300 Ml/h ▪ 20ml Syringe: 0.1–600 Ml/h ▪ 30ml Syringe: 0.1–900 Ml/h ▪ 50/60ml Syringe: 0.1–1500 Ml/h - Bolus/purge Rate: Up To 1500 Ml/h (based On Syringe Size) - Accuracy: ▪ Flow ≥1 Ml/h: ≤ ±2% ▪ Flow <1 Ml/h: ≤ ±3% - Kvo Rate: Adjustable, 0.1–5.0 Ml/h - Vtbi (volume To Be Infused): 0.1–9999 Ml (increment: 0.1 Ml) - Accumulated Volume: 0.1–9999 Ml Display & Interface - 3.0” Lcd Screen Or Better, Monochrome Or Color - Resolution: At Least 240 × 128 Pixels - Clear Real-time Flow Data And Pressure Display - Display Alarm History And Last Configuration Alarms & Safety Audible And Visual Alarms For: ▪ Vtbi Done / Near Done ▪ Kvo Finished ▪ Syringe Empty / Near Empty / Disengaged ▪ Occlusion (low/medium/high Sensitivity Selectable) ▪ Low Battery / Ac Disconnected ▪ System Errors Or Abnormalities Occlusion Pressure Levels: ▪ Low: ~300±75 Mmhg ▪ Medium: ~525±75 Mmhg ▪ High: ~900±135 Mmhg - Anti-bolus Protection - Safety Classification: Cf, Class I, Ip Grade ≥ Ip24 Connectivity & Expansion - Docking Station Support (optional Or Included) - Rs232 Port, Wi-fi (optional) - Supports Communication With Hospital His/cis (optional) - Optional Drug Library With At Least 200 Drugs - Multi-language Support (minimum 5 Languages Including English) Power Supply - Input: 100–240v Ac, 50/60hz - Battery: Rechargeable Lithium-ion - Runtime: At Least 6 Hours @ 5ml/h - Charging Time: <5 Hours Environmental Conditions - Operating Temp: 0–40°c - Storage Temp: -40–70°c Humidity: ▪ Operating: 15–95% ▪ Storage: 10–95% Atmospheric Pressure: ▪ Operating: 57–106 Kpa ▪ Storage: 50–106 Kpa Standard Accessories Per Unit - 1 × Power Adapter - 1 × Pole Clamp - 1 × Operator’s Manual - 1 × Rechargeable Battery (pre-installed) Optional: Transport Trolley After-sales Support Must Be Available Locally Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety, And Operation Checks Before Handover *** Supplier Should Shoulder All Electrical And Data Wiring *** Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation *** Electrical, Cable Wiring, And Other Consumables Should Be Shouldered By Supplier Warranty And Maintenance • 3 Years Warranty Of Service With Semi-annual Visit • 3 Years Warranty Of Parts • Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period 10 Years Availability Of Parts And Maintenance, And Services Maintenance Tasks: Every Semi-annual Preventive Maintenance Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu 6 Stretcher Hydraulic Type Department: Hospital Features - Load Capacity: Minimum 250 Kg (550 Lbs) - Full-length X-ray Translucent Platform For Imaging Compatibility - Hydraulic Actuators With Protective Dust Cover - Backrest Adjustable Via Gas Spring Assist - Knee Gatch Adjustable Via Manual Stowable Crank - Collapsible Side Rails For Patient Transfer And Access - Side Rails Lock Securely In Upright Position For Patient Safety - Integrated Storage Compartment At Base For E-cylinder Oxygen Tanks And Personal Belongings - Dual Brake Pedals Located At Both Head And Foot Sections - 200 Mm (8”) Swivel Castors With Central Locking System - Retractable 125 Mm (5”) Fifth Wheel For Enhanced Maneuverability - Dual Side-mounted Foot-operated Hydraulic Control Pedals - Supplied With Removable, Telescoping Iv Pole - Built-in Ergonomic Push Handles, Foldable For Storage - Equipped With Shock-absorbing Roller Bumpers - Designed For Use In Emergency Rooms, Recovery, Pre-operative, And Post-operative Areas Technical Specifications - Functions: Backrest, Knee Rest, Height Adjustment, Trendelenburg, Reverse Trendelenburg - Overall Dimensions (l × W × H): 2130 × 820 × 590 Mm (84” × 32” × 23”) - Height Adjustment Range: 590 Mm – 910 Mm (23” – 36”) - Backrest Adjustment Range: 0° – 80° - Footrest Adjustment Range: 0° – 35° - Trendelenburg Angle: 0° – 15° - Reverse Trendelenburg Angle: 0° – 15° - Castor Diameter: 200 Mm (8”) - Maximum Load Capacity: 250 Kg (550 Lbs) Optional / Included Accessories - Telescoping Iv Pole - Oxygen Tank Holder - Mattress (waterproof, Fire-retardant, Anti-bacterial – Optional/specify Separately) Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety, And Operation Checks Before Handover *** Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation Warranty And Maintenance • 3 Years Warranty Of Service With Annual Visit • 3 Years Warranty Of Parts • Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period - 10 Years Availability Of Parts And Maintenance, And Services Maintenance Tasks: Every Annual Preventive Maintenance Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu 7 Laryngoscope, Adult Purpose Of Use; A Laryngoscopy Is A Procedure Healthcare Providers Use To Examine Your Larynx (voice Box). This Is Performed With A Laryngoscope, A Thin Tube With A Light, Lens And A Video Camera That Helps Providers Look Closely At Your Larynx. Construction & Features - Cylindrical, Single-piece Handle With Anti-slip Ribbed Design, Diameter ≥15 Mm - Handle Supports Interchangeable Blades Of Various Sizes (macintosh And/or Miller) - Integrated On/off Switch On Handle - Handle Constructed From Non-ferrous, Corrosion-resistant Material - Handle Sealed To Resist Liquid Ingress (splash-proof) - Equipped With White Led Light Source - Uses Fiber Optic Technology To Transmit Light To Blade Tip - Stud-contact System Compatible With Iso 7376 (green System) - Blades Are Made Of High-quality Stainless Steel, Fully Autoclavable - Designed For Reusable Use In Clinical And Operating Room Settings Technical Characteristics - Handles (may Include Any Of The Following): Medium Handle: Compatible With Macintosh Blade Sizes 00–5 - Penlite Handle: Miller Size 4 - Overall Length: 205 Mm - Inside Base To Tip: 183 Mm - Stubby Handle: Miller Size 3 - Overall Length: 195 Mm - Inside Base To Tip: 173 Mm - Blades: Minimum Of 2 Stainless Steel Blades Included (macintosh And/or Miller) - Must Be Autoclavable At ≥134°c Sterilization Standard Accessories (included Per Unit) - 1 Pc Spare White Led Bulb Per Blade - 1 Set Rechargeable Battery (c Or D Format) And Charger Consumables (included Per Unit) - 1 Pc Spare White Led Bulb Per Blade - 2 Sets C Or D Size Batteries Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety, And Operation Checks Before Handover *** Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation Warranty And Maintenance • 3 Years Warranty Of Service • 3 Years Warranty Of Parts • Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period - 10 Years Availability Of Parts And Maintenance, And Services Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu 8 Laryngoscope, Pedia Purpose Of Use: A Laryngoscopy Is A Procedure Healthcare Providers Use To Examine Your Larynx (voice Box). This Is Performed With A Laryngoscope, A Thin Tube With A Light, Lens And A Video Camera That Helps Providers Look Closely At Your Larynx. Features And Materials - Cylindrical Handle, Single-piece, Ribbed Design, Diameter >15 Mm - Handle Must Accept Interchangeable Blades Of Various Sizes (macintosh And Miller) - Equipped With Robust On/off Switch - Made From Non-ferrous Metal, Sealed Against Ingress Of Fluids - Integrated Led Light Source (white Light) - Fiber Optic Light Transmission From Handle To Blade Tip - Uses Stud-contact System, Compliant With Iso 7376 (green Standard) - Blades Must Be High-grade Stainless Steel And Autoclavable Blade Types And Dimensions Miller Blade Lengths (straight Type): Size Length 00 45 Mm 0 55 Mm 1 80 Mm 2 130 Mm 3 170 Mm 4 180 Mm Macintosh Blade Lengths (curved Type): Size Length 0 80 Mm 1 92 Mm 2 116 Mm 3 135 Mm Handle Compatibility - Handle Type Compatible Blade Sizes - Medium Macintosh Sizes 0–4 - Penlite Miller Sizes 0–6 - Stubby Miller Sizes 0–3 Accessories (per Unit) - 3 Pcs Spare White Led Bulbs Per Blade - 1 Set Rechargeable Battery (c Or D Size) - 4 Battery Chargers (compatible With Included Battery Format) Sterilization & Reuse - All Blades And Handles Must Be Autoclavable At ≥134°c - Reusable Components Must Withstand Routine Clinical Sterilization Cycles Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety, And Operation Checks Before Handover *** Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation Warranty And Maintenance • 3 Years Warranty Of Service • 3 Years Warranty Of Parts • Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period - 10 Years Availability Of Parts And Maintenance, And Services Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu 9 Mechanical Bed (4 Cranks) Specification: Frame & Structure - Bed Frame: Heavy-duty Mild Steel (ms), Treated With Electrophoresis And Powder Coating For Corrosion Resistance - Platform: Ms Perforated Platform With Ventilation Holes For Airflow - Head & Footboards: Detachable With Easy Lock, Made Of Abs Or Stainless-steel Laminated Panels - Side Rails: Collapsible Metal Or Aluminum Alloy, Minimum Of 2 Pieces - Cranks: 4 Pieces (manual Chrome-plated Or Electric Motorized System) - Castors: 125 Mm Diameter, Four Pieces, With Central Brake System - Corner Bumpers: Shock-absorbing Bumper Castors On All 4 Corners - Manual Cpr Release: Available On Both Sides (for Models With Electric Systems) Adjustable Functions - Backrest Adjustment: 0° To ≥75° - Knee Section Adjustment: 0° To ≥40° - Height Range (high–low): 520–750 Mm (manual Or Motorized) - Trendelenburg Position: 0° To ≥12° Reverse Trendelenburg Position: 0° To ≥12° - Safe Working Load: Minimum 225 Kg (495 Lbs) Dimensions - Overall Size (l X W X H): Approx. 2160 X 1100 X 520 Mm - Lying Surface: Minimum 2000 X 900 Mm Standard Accessories (included Per Unit) - Head & Foot Boards: 2 Pieces - Side Rails: 2 Pieces - Crank Handles Or Motor System: 4 Cranks Or Equivalent Motorized Functions - Mattress Platform Panels: 4 Ms Ventilated Boards - Castors: 4 Heavy-duty Medical Castors With Locking System - Iv Pole: 1-piece, Adjustable Height, Telescopic - Iv Pole Holders: 4 Pieces - Drainage Bag Holders: 2 Pieces Materials & Durability - All Materials Must Be Antimicrobial-coated Or Easy To Clean And Disinfect - Autoclavable Or Wipe-disinfectant Compatible Materials Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety, And Operation Checks Before Handover *** Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation Warranty And Maintenance • 3 Years Warranty Of Service • 3 Years Warranty Of Parts • Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period - 10 Years Availability Of Parts And Maintenance, And Services Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu 10 Defibrillator Machine 4 In 1 Specifications: Simple To Use: Speed Up Response Times Even Further With Easy-to Use Controls And Intuitive Features Key Functions & Features - Manual Defibrillation With Biphasic Waveform And Energy Selection From 1 To 360 Joules - Synchronized Cardioversion For Atrial Fibrillation Asynchronous Mode For Ventricular Fibrillation - Aed Mode With Automatic Rhythm Analysis And Voice/text Guidance - Non-invasive Pacing: Fixed And Demand Mode, Adjustable Rate And Output - Patient Monitoring: Ecg (3/5 Leads), Nibp, Spo2, Etco₂, Respiration - Quick Boot Time: Power-on In ≤2 Seconds - Fast Charging: 200j In ≤3 Seconds; 360j In ≤7 Seconds - Rapid Ecg Recovery: ≤2.5 Seconds’ Post-shock - Data Storage: - 24h Ecg Waveform - 72h Trend Analysis - 1000 Events / 100 Patient Profiles - Voice Recording (180 Minutes) - Export Via Usb - Shock Delivery: Via Paddles Or Adhesive Electrode Pads (adult And Pediatric) - Adult/pediatric Mode Switching: With Automatic Parameter Adjustment - User Interface: Manual Defibrillation In 1-2-3 Steps (select Energy, Charge, Shock) Display - Type: Tft Color Lcd - Size: At Least 7 Inches - Resolution: Minimum 800 × 480 Pixels - Waveform Display: At Least 3 Channels Simultaneously - Wave Viewing Time: Max 16 Seconds (ecg) Defibrillator Specification - Waveform: Biphasic Truncated Exponential, Impedance Compensated - Output Energy (manual Mode): 1–360 Joules - Charge Time: ≤3 Seconds To 200j ≤7 Seconds To 360j - Ecg Recovery: ≤2.5 Seconds - Shock Delivery: Via Paddles Or Pads - Patient Impedance Range: 25 To 300 Ohm - Aed Mode: - Energy: 100–360j, User Configurable - Compliant With Aami Df-80 And Aha 2015 Guidelines - Cpr Mode: 1-channel Ecg Monitoring With Voice Guidance - Synchronized Cardioversion Delay: ≤60 Ms From R-wave Non-invasive Pacing - Waveform: Monophasic - Pacing Mode: Demand / Fixed - Rate: 30 To 210 Ppm - Output: 0 To 200 Ma - Pulse Width: 20 / 40 Ms - 4:1 Mode: Available For Rhythm Assessment Patient Monitoring - Ecg Monitoring - Leads: 3-lead Or 5-lead - Heart Rate Range: Adult: 15–300 Bpm Pediatric/neonate: 15–350 Bpm - Spo₂ (pulse Oximetry) - Range: 0 To 100% - Pr Range: 20 To 300 Bpm - Nibp Modes: Manual, Auto, Stat - Range: 0 To 300 Mmhg - Default Cuff Pressure: - Adult: 160±5 Mmhg - Pediatric: 140±5 Mmhg - Neonate: 90±5 Mmhg Etco₂ - Range: 0–150 Mmhg - Awrr Range: 0–150 Rpm - Respiration - Method: Trans-thoracic Impedance - Range: 0–200 Rpm Power Supply - Ac Input: 100–240v~, 50/60hz - Battery: Rechargeable Lithium-ion, ≥5600mah - Battery Operation: - ≥2.5 Hrs Monitoring - ≥100 Shocks - ≥2 Hrs Pacing - Charging Time: 90% In ≤3 Hrs 100% In ≤4 Hrs (power Off) Connectivity & Data - Wi-fi (2.4g / 5g) - Data Export Via Usb - Dicom / Hl7 Worklist Compatible - Ihe Protocol Support For Integration With Hospital Systems Physical & Safety - Ip Rating: At Least Ip44 (dust/water Resistant) - Drop Test: Withstands Drop From 0.75 M - Weight: Portable / Compact (<6.5 Kg Typical) - Mounting: Compatible With Wall Mounts, Trolleys, Or Bed Rails Standard Accessories - External Paddles (adult And Pediatric) - Multifunction Defib Pads (adult And Pediatric) - Ecg Cable (5-lead) - Spo₂ Cable And Sensor - Nibp Cuff Sets (adult, Pediatric, Neonatal) - Co₂ Module (if Included) - Bed Rail Hook - Integrated Trolley With Basket - 3kva Ups (medical Grade) Consumables (per Unit) - 2 Packs Ecg Electrodes (100 Pcs Each) - 2 Bottles Ultrasound Gel Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** For Bio-medical: 2 Biomed Technician Comprehensive Offsite Training Theoretical And Advance Troubleshooting Training Of Users In Operation, Basic And Advanced Maintenance Including Fares, Accommodation, And Meals *** Supplier To Perform Installation, Safety, And Operation Checks Before Handover *** Supplier Should Shoulder All Electrical And Data Wiring *** Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation *** Electrical, Cable Wiring, And Other Consumables Should Be Shouldered By Supplier Warranty And Maintenance • 3 Years Warranty Of Service With Semi-annual Visit • 3 Years Warranty Of Parts • Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period 10 Years Availability Of Parts And Maintenance, And Services Maintenance Tasks: Every Semi-annual Preventive Maintenance Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu 11 Operating Light (dual Head Light With Camera And Monitor Purpose Of Use: Mobile Led Portable Surgical Light Consists Of The Light Source And Light Frame. It Is Expected To Be Used For Surgical Auxiliary Illumination. Not Limited By The Surgical Site, Easy To Move. General Features And Benefits: - Dual-head Configuration For Full Surgical Field Coverage - Mobile Or Ceiling-mounted System (configurable) - Integrated Hd Camera And Monitor For Video Documentation And Remote Viewing - Smooth And Flexible Arm Movement For Easy Positioning And Secure Fixation - Bright, Shadow-free Illumination Of Surgical Area - Natural Color Rendering With High Contrast For Detailed Wound Visualization - Multi-stage Focusing System For Adjustable Field Diameter - Adjustable Brightness With At Least 10 Levels Integrated Battery Backup With Up To 5 Hours Of Operation During Power Failure - Long-life, Energy-efficient Led Bulbs With Minimal Heat Output - Easy To Clean And Disinfect Surfaces For Optimal Hygiene - Low Maintenance And Energy Cost Design Technical Specifications - Configuration: Dual-head With Integrated Full Hd Camera And Monitor - Mounting Type: Mobile, Ceiling, Or Wall-mounted (as Required) - Light Source: High-efficiency Led - Power Supply: 230v Ac, 50/60hz - Battery Backup: Built-in Battery, Minimum 5 Hours Of Backup - Color Rendering Index (cri): ≥96 - Illumination Intensity At 1m: Adjustable From 100,000 Lux To 300,000 Lux - Color Temperature: Fixed Or Adjustable; Average 4,500 K - Led Lifetime: ≥50,000 Hours - Focusing: 4-stage Manual Or Motorized Focusing System - Brightness Control: 10-step Or Stepless Dimming Control - Camera Resolution: Full Hd (minimum 1080p, 60 Fps) - Monitor Size: Minimum 21 Inches, Full Hd Or Better - Camera Functions: Zoom, Pan, And Record; Optional Wireless Or Wired Video Streaming - Control Panel: Digital Touch Or Membrane Type - Noise Level: ≤40 Db Physical / Chemical Characteristics - Material: Medical-grade Aluminum Or Plastic Casing With Antimicrobial Coating - Surface: Smooth, Non-porous, Autoclavable Where Applicable - Cooling System: Passive Or Active Cooling To Avoid Overheating - Ups Requirement: 1 Unit – Ups 2kva (included) - Avr Requirement: 1 Unit – Avr 2kva (included) Accessories And Components (per Unit) - Integrated Full Hd Camera (with Zoom/focus Functions) - Full Hd Monitor With Adjustable Mounting Arm - Bed Rail Hook Or Ceiling Attachment System - 2 Pcs Spare Fuses - 1 Pc Ups 2kva - 1 Pc Avr 2kva - Wall Bracket Or Mobile Trolley (depending On Model) - Sterilizable Handles And Camera Cover - User Manual And Warranty Certificate Consumables / Spare Parts (per Unit) 2 Sets Of Spare Fuses Sterile Camera Lens Covers Sterile Handle Covers Optional: Remote Control For Camera Adjustment Replacement Led Modules (if Applicable) Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** For Bio-medical: 2 Biomed Technician Comprehensive Offsite Training Theoretical And Advance Troubleshooting Training Of Users In Operation, Basic And Advanced Maintenance Including Fares, Accommodation, And Meals *** Supplier To Perform Installation, Safety, And Operation Checks Before Handover *** Supplier Should Shoulder All Electrical And Data Wiring *** Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation *** Electrical, Cable Wiring, And Other Consumables Should Be Shouldered By Supplier Warranty And Maintenance • 3 Years Warranty Of Service With Semi-annual Visit • 3 Years Warranty Of Parts • Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period - 10 Years Availability Of Parts And Maintenance, And Services Maintenance Tasks: Every Semi-annual Preventive Maintenance Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu 12 Infusion Pump Purpose Of Use: The Need For Additional Infusion Pump In Surgical Intensive Care Unit Since The Area Only Have 5 Existing Infusion Pumps Used By The Ward And Icu As Well. An Infusion Pump Is A Medical Device That Delivers Fluids Such As Nutrients And Medications, Into A Patient's Body In Controlled Amounts." General Features - Microprocessor-controlled Infusion Pump - High-accuracy And Continuous Infusion - For Adult, Pediatric, And Neonatal Use - Equipped With Anti-bolus, Occlusion Detection, And Air-in-line Detection - Multiple Infusion Modes (rate, Time, Body Weight, Loading Dose, Sequential) - Drug Library With Dose Error Reduction System (ders) - Adjustable Kvo (keep Vein Open) And Bolus Settings - Led Or Lcd Screen (min. 3.5” Color Display) Infusion Parameters - Flow Rate Range: 0.1 – 2000 Ml/h (increment: 0.01 Ml/h) - Vtbi (volume To Be Infused): 0.1 – 9999.99 Ml - Bolus Rate: 0.1 – 2000 Ml/h - Kvo Rate: 0.1 – 5 Ml/h - Air Bubble Detection: 6-level Sensitivity (min. 20 Μl) - Occlusion Pressure Levels: Adjustable From 75 To 975 Mmhg (max Pressure Up To 1170 Mmhg) - Infusion Accuracy: ±5% With Standard Infusion Sets Safety Features - Intelligent Occlusion Management With Visual Pressure Graph - Air-in-line Detection With Auto-stop - Alarm System (visual + Audible) For Occlusion, Air Bubble, Empty Iv, End Infusion, And Battery Low - Automatic Anti-bolus Release - Event History Storage: Minimum 1000 Infusion Events - Nurse Call And Rs232 Interface (optional) Display And Interface - Display Type: Color Lcd (min. 480 X 272 Pixels) - Control: Soft-touch Buttons Or Dial-type Selector - Status Indicators: For Running, Bolus, Kvo, Pause, Standby, And Alarm Modes - Language: English (configurable) Power And Battery - Power Supply: Ac 100–240v, 50/60hz - Battery Type: Rechargeable Lithium Battery - Battery Capacity: ≥ 4 Hours Continuous Operation At 25 Ml/h - Charging Time: ≤ 6 Hours From Low Battery To Full Accessories And Compatibility - Compatible With Iso 8536-4 Infusion Sets (3.0–4.5 Mm Diameter) - Drop Sensor And Drip Rate Mode (10–60 Drops/ml) - Wall Mount Clamp Or Pole Clamp (included) - Power Cord, User Manual, And Starter Pack Of Infusion Sets Optional Features (preferred But Not Required) - Integration With Patient Monitor Via Data Port - Support For External Usb/sd Card Data Export - Drug Library (min. 50 Programmable Drugs) Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** For Bio-medical: 3 Biomed Technician Comprehensive Offsite Training Theoretical And Advance Troubleshooting Training Of Users In Operation, Basic And Advanced Maintenance Including Fares, Accommodation, And Meals *** Supplier To Perform Installation, Safety, And Operation Checks Before Handover *** Supplier Should Shoulder All Electrical And Data Wiring *** Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation *** Electrical, Cable Wiring, And Other Consumables Should Be Shouldered By Supplier Warranty And Maintenance • 3 Years Warranty Of Service With Semi-annual Visit • 3 Years Warranty Of Parts • Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period - 10 Years Availability Of Parts And Maintenance, And Services Maintenance Tasks: Every Semi-annual Preventive Maintenance Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu
Closing Date3 Jun 2025
Tender AmountPHP 11 Million (USD 198.5 K)
5281-5290 of 5313 archived Tenders