Oxygen Tenders
Bicol State College Of Applied Sciences And Technology Tender
Others
Philippines
Closing Date9 Jun 2025
Tender AmountPHP 158 K (USD 2.8 K)
Details: Description Request For Price Quotation __________________________________________ (name Of External Provider) __________________________________________ (address) Please Quote Your Lowest Price On The Item Listed Below, Subject To The General Conditions On The Latter Part Of This Stating The Shortest Time Of Delivery And Subject Your Quotation Duly Signed By Your Representative Not Later Than June 9, 2025 At 12:00 Nn In The Return Envelope Attached Herewith. Conditions: 1. All Entries Must Be Legibly Written 2. Price Validity Shall Be For A Period Of 30 Calendar Days. 3. Delivery Should Be Made On 30 Days After Issuance Of Purchase Order. 4. Payment Shall Be Made Through Government Check _____ Days After Delivery. 5. The Approved Budget For The Contract For This Procurement Is P 158,000.00 (6%) Vat Inclusive & Freight Inclusive. 6. Posting Of Performance Bond Upon Receipt Of Notice Of Award In Either Of The Following Amount. Cash (5%) Bank Guarantee (10%) Surety Bond (30%) 7. Guide To Vat Inclusion On Total Price Quoted: Vat Registered 6% For Goods Non-vat Registered 4%(goods) 7% For Services 5%(services) 8. The Bidder Must Not Be “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; 9. The Bidder Must Not Be 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; 10. The Bidder Must Indicate The Brand Name And Model If Applicable. Analyn A. Madrid, Met Bac Chairperson Item No. Description Of Articles Qty. Unit Of Measure Unit Price Total Price Project Name: Procurement Of Calibration Services – 1 Lot Dental Clinic 1 Calibration Services, Dry Heat 1 Piece 2 Calibration Services, Autoclave Sterilizer (table Type) 1 Piece 3 Calibration Services, Dental Chair With Accessories 1 Set Food Trades Laboratory 4 Calibration Services, Weighing Scales 26 Piece Mechanical Engineering Laboratory 5 Calibration Services, Electronic Scale 1 Piece 6 Calibration Services, Dead Weight Tester 1 Piece 7 Calibration Services, Pelton Wheel Turbine Test Rig 1 Piece 8 Calibration Services, Axial Fan Flow Demonstration Unit 1 Piece Electronics Engineering Laboratory (mechatronics) 9 Calibration Services, Laboratory Dc Power Supply 4 Piece 10 Calibration Services, Ac/dc Power Supply 4 Piece Civil Engineering Laboratory 11 Calibration Services, Oven 1 Piece 12 Calibration Services, Air Meter 7l Capacity/ Pressure Gauge Type 1 Piece 13 Calibration Services, High Precision Balance 3000x0.1 Ig Sensitivity 1 Piece 14 Calibration Services, Digital Balance 30kg Cap. X 1g 5 Piece 15 Calibration Services, Digital Caliper 2 Piece 16 Calibration Services, Vicat Apparatus 1 Piece 17 Calibration Services, Liquid Limit Device 3 Piece Electrical Engineering Laboratory 18 Calibration Services, Capacitive Load 1 Piece 19 Calibration Services, Resistive Load 1 Piece 20 Calibration Services, Transformer 1 Piece 21 Calibration Services, Data Acquisition And Control Interface 1 Piece 22 Calibration Services, Inductive And Capacitive Loads 1 Piece 23 Calibration Services, Power Supply 1 Piece 24 Calibration Services, Dc Motor/generator 1 Piece 25 Calibration Services, Inductive Load 1 Piece 26 Calibration Services, Synchronous Motor/ Generator 1 Piece 27 Calibration Services, Three Phase Transformer Bank 1 Piece 28 Calibration Services, Universal Motor 1 Piece 29 Calibration Services, Four Pole Squirrel Induction Motor 1 Piece 30 Calibration Services, Permanent Magnet Dc Motor 1 Piece 31 Calibration Services, Digital Oscillopse 2 Piece 32 Calibration Services, Digital Multimeter 2 Piece 33 Calibration Services, Four Quadrant Dynamometer/ Power Supply 1 Piece 34 Calibration Services, Power Supply 1 Piece Medical Clinic 35 Calibration Services, Weighing Scales 3 Piece 36 Calibration Services, Pulse Oximeter 2 Piece 37 Calibration Services, Autoclave Sterilizer (table Type) 1 Piece 38 Calibration Services, Opthalmoscope 2 Piece 39 Calibration Services, Nebulizer 3 Piece 40 Calibration Services, Oxygen Regulator 2 Piece 41 Calibration Services, Bp Apparatus (aneroid) 3 Piece 42 Calibration Services, Digital Thermometer 2 Piece 43 Calibration Services, Bag Valve Mask 1 Piece 44 Calibration Services, Glucose Monitor Machine 1 Piece 45 Calibration Services, Intubate Set 1 Piece Microbiology Laboratory 46 Calibration Services, Incubator 2 Piece 47 Calibration Services, Drying And Heating Chamber 1 Piece 48 Calibration Services, Water Bath 1 Piece 49 Calibration Services, Autoclave Sterilizer (table Type) 1 Piece 50 Calibration Services, Weighing Scales 1 Piece 51 Calibration Services, Laboratory Refrigerator 1 Piece 52 Calibration Services, Vacuum Gauge 1 Piece 53 Calibration Services, Electric Stove With Built-in Oven 1 Piece 54 Calibration Services, Refractometer 1 Piece 55 Calibration Services, Digital Viscometer 1 Piece 56 Calibration Services, Turbidity Meter 1 Piece 57 Calibration Services, Ph Meter 1 Piece Physics And Chemistry Laboratory 58 Calibration Services, Weighing Scales 37 Piece 59 Calibration Services, Digital Multitester 10 Piece 60 Calibration Services, Ph Tester 1 Piece Gsu Office 61 Digital Multimeter 2 Piece (please See Attached Terms Of References) Grand Total: ___________ Delivery Period _________________________ Warranty _________________________ Price Validity _________________________ After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Price Above Indicated. ________________________________ *printed Name/signature ________________________________ *tel. No./cellphone No./e-mail Address ________________________________ *tin Number Documentary Requirements For Small Value Procurement: 1. Certificate Of Philgeps Registration/philgeps Reg. Number 2. Mayor’s/business Permit 3. Bir Certificate Of Registration 4. Dti/sec Certificate 5. Income/business Tax Return (for Abcs Above 500,000.00) *for Abcs Above 50,000.00 6. Original Copy Of Notarized Omnibus Sworn Statement Using The Gppb-prescribed Form/template Note: If Unable To Have The Document Notarized, You May Submit A Signed Unnotarized Omnibus Sworn Statement, Subject To Compliance Therewith After Award Of Contract But Before Payment Terms Of Reference Name Of Procurement Project: Calibration Services Of School Laboratory Equipment Abc: 158,000.00 I. Background Accurate And Reliable Laboratory Equipment Is Essential For Effective Teaching And Learning In Science Education. In School Laboratories, Instruments Such As Balances, Thermometers, Ph Meters, Microscopes, And Volumetric Glassware Play A Critical Role In Facilitating Hands-on Experiments And Developing Students' Scientific Skills. However, Over Time, These Instruments Can Lose Their Accuracy Due To Regular Use, Environmental Conditions, Or Mechanical Wear. Calibration Services Ensure That Laboratory Equipment Maintains Its Precision And Complies With Educational And Safety Standards. Regular Calibration Not Only Enhances The Quality Of Scientific Instruction But Also Supports Fair Assessment Outcomes And Fosters A Culture Of Scientific Integrity. Implementing A Systematic Calibration Program Within School Laboratories Is Thus Vital To Maintaining The Accuracy, Safety, And Credibility Of Scientific Experiments. Ii. Objectives The Primary Objective Of Providing Calibration Services For School Laboratory Equipment Is To Ensure The Accuracy, Reliability, And Safety Of Scientific Instruments Used In Educational Settings. Specifically, The Objectives Are To: Maintain Measurement Accuracy: Ensure All Laboratory Instruments Provide Precise And Consistent Readings In Alignment With Recognized Standards. Enhance Educational Quality: Support Effective Science Teaching And Learning By Enabling Accurate Experimental Results. Promote Student Safety: Reduce Risks Associated With The Use Of Miscalibrated Or Faulty Equipment During Laboratory Activities. Extend Equipment Lifespan: Identify And Correct Instrument Deviations Early, Thereby Reducing Wear And Preventing Damage. Ensure Compliance: Meet National And Institutional Standards For Laboratory Practices And Quality Assurance In Education. Support Fair Assessment: Enable Consistent And Unbiased Evaluation Of Student Experiments And Outcomes. Iii. Scope Of Work This Project Covers The Provision Of Professional Calibration Services For Laboratory Equipment Used In School Science Laboratories. The Scope Includes All Necessary Activities To Ensure That Instruments Are Functioning Accurately, Safely, And In Accordance With Established Educational And Technical Standards. The Key Components Of The Scope Are As Follows: 1. Calibration Procedures: Perform Calibration Using Certified Reference Standards And Procedures Traceable To National Or International Standards (e.g., Iso/iec 17025). This Includes Adjusting Equipment As Needed To Restore Accuracy. 2. Documentation And Certification: Provide Detailed Calibration Reports And Certificates For Each Item, Indicating The Pre- And Post-calibration Status, Measurement Uncertainty, And Any Corrective Actions Taken. 3. Labeling And Tagging: Affix Calibration Labels On Each Calibrated Instrument With Relevant Details Such As Calibration Date, Due Date, And Unique Identification Number. 4. Repair And Recommendations: Identify Equipment That Is Damaged Or Beyond Calibration Limits And Provide Recommendations For Repair Or Replacement Where Necessary. 5. Training And Support: Offer Brief Orientation Or Training Sessions For Laboratory Staff On Proper Equipment Handling, Routine Checks, And Understanding Calibration Reports, If Required. 6. Follow-up Services: Provide A Schedule And Proposal For Routine Recalibration Services To Ensure Continued Equipment Accuracy Over Time. Iv. Training As Part Of The Calibration Services For School Laboratory Equipment, A Focused Training Component Will Be Provided To Ensure That Laboratory Personnel And Science Teachers Are Equipped With The Knowledge And Skills Necessary To Maintain The Accuracy And Longevity Of Calibrated Instruments. The Training Will Aim To: 1. Enhance Awareness: Educate Staff On The Importance Of Regular Calibration And Its Impact On Experimental Accuracy, Student Safety, And Compliance With Educational Standards. 2. Promote Proper Equipment Handling: Instruct Participants On Correct Usage, Storage, And Routine Care Of Sensitive Laboratory Instruments To Minimize Damage And Measurement Drift. 3. Interpret Calibration Reports: Train Staff To Understand Calibration Certificates, Interpret Results, And Recognize When Equipment May Require Re-calibration Or Servicing. 4. Conduct Basic Checks: Enable Staff To Perform Basic Pre-use Verifications And Identify Early Signs Of Equipment Malfunction Or Deviation. 5. Foster A Culture Of Quality Assurance: Encourage Good Laboratory Practices That Support Consistent, Safe, And High- Quality Science Education. Training Will Be Delivered Through On-site Workshops, Demonstrations, And Supporting Materials, Tailored To The Specific Equipment Used In The School's Laboratories. Follow-up Support Will Be Available As Needed To Reinforce Learning And Assist With Ongoing Quality Maintenance. V. Time Schedule And Reports: Month Of June Vi. Payment Terms And Conditions: After Calibration Services Have Been Done. Vii. Warranty Requirements, If Applicable Viii. After Sales Service/parts, If Applicable
Benguet State University - BSU Tender
Laboratory Equipment and Services
Philippines
Closing Date30 May 2025
Tender AmountPHP 810.5 K (USD 14.5 K)
Details: Description Supply And Delivery Of Various Laboratory Supplies 150 Pcs Test Tubes, 20 Ml, 16 X 150mm, Borosilicate Glass 37,500.00 10 Pcs Stirring Rod, 12" Long, 4mm Diameter, Borosilicate Glass With Fire Polished Ends 2,500.00 10 Pcs Stainless Steel Beaker 1 Liter Capacity 15,000.00 10 Pcs Stainless Steel Beaker 500ml Capacity 13,500.00 25 Pcs Triangular Glass Spreader, 20 Mm X 30 Mm 41,250.00 50 Pcs Glass Beaker, 150ml Capacity 17,500.00 50 Pcs Glass Beaker, 50ml Capacity 12,500.00 15 Pcs Erlynmeyer Flask, 1000ml Capacity 37,500.00 10 Pcs Erlynmeyer Flask, 500ml Capacity 11,000.00 37 Pairs Petri Dish, 90 Mm 16,650.00 50 Pcs Glass Beaker, 50ml Capacity 17,500.00 50 Pcs Glass Beaker, 100ml Capacity 17,500.00 50 Pcs Glass Beaker, 150ml Capacity 17,500.00 50 Pcs Glass Beaker, 250ml Capacity 17,500.00 50 Pcs Glass Beaker, 350ml Capacity 20,000.00 54 Pc Filter Paper, Ordinary, 24"x 24" 1,512.00 5 Box Qualitative Filter Paper No. 1: Nominal Air Flow Rate:13 S/100 Ml/in²; Nominal Basis Weight 87 G/m²; Nominal Thickness 180 Μm; Typical Particle Retention In Liquid 2 11 Μm 7,500.00 5 Set Micropippette Set With Adjustable Volume (0.5- 10 Ul, 10-100 Ul, 100-1000ul) 85,000.00 Other Supplies 5 Unit "electronic 6.1-inch Digital Caliper With Lcd Readout And Storage Case Individual: Switch Between Sae (inches), Metric (millimeters) And Sae Fractional Units Features A Large Easy-to-read Lcd Screen Resolutions Of 0.0005 In., 1/128 In. Or 0.01 Mm Provide Maximum Accuracy Takes Measurements Up To 6.1 In. In Size Includes A Sturdy Carrying Case And A 3-volt Cr2032 Battery" 15,000.00 4 Set 7.87 Inch Plastic Secchi Disc: The Package Contains 1 Piece Of Secchi Disk, 1 Roll Of Holding String, 1 Piece Of Cone Weight, And 1 Piece Of Tape Measure 8,000.00 1 Unit "ph Meter: Maximum Ph14ph Minimum Ph 0ph Ph Resolution0.1ph Best Ph Accuracy±0.1ph Length175mm Dimensions175 X 41 X 23mm Minimum Operating Temperature0°c Height23mm Width41mm Maximum Operating Temperature+50°c Weight95g Battery Typebutton Cell (1.5 V) X 4battery Life700 Power Sourcebattery" 12,381.70 5 Unit "multi-parameter Test Kit Combined Ecology: Model: Al-36b Number Of Tests: 100 Parameter: Measures Acidity, Alkalinity, Carbon Dioxide (1.25-100 Mg/l), Dissolved Oxygen (0.2-20 Mg/l), Hardness, And Ph (4-10). Platfrom: Color Disc Included: Includes Twelve Reagents, Bottles, Sample Cell With Cap, Color Disc, Viewing Tubes, Comparator Box, Measuring Tube, Instructions And Rugged Carrying Case." 39,000.00 4 Unit "titration Set: Innovating Science Lab Titration Kit: Hcl, Naoh Solutions With Burette, Stand & Clamp Item Volume 50 Milliliters Item Form Liquid Titration Set || Acid & Base || Hydrochloric Acid (2m, 500ml) And Sodium Hydroxide (1.0m, 1l) Durable Lab Stand || Chemical-resistant Steel Ring Stand (8""x5"" Base And 24"" Rod) Suitable For Various Lab Applications, From Funnel Support To Test Tube Holding. Precision Burette || 50ml Capacity, Class A Accuracy With ±0.05ml Tolerance, Borosilicate Glass, And Straight Bore Ptfe Stopcock; Equipped With Clear 0.1ml Blue Graduations. Burette Clamp || Double-sided Butterfly Style, Spring-loaded Jaws That Can Hold Burettes Up To 100ml, Fits Max 16mm Diameter Rods." 11,200.00 2 Unit "weighing Scale, 1.5kg Weight Capacity Resolution 1:30000 Parts Counting Yes Power: 220 Vac / 50 Hz Internal Universal Power Supply, Internal Rechargeable Lead Acid Battery Weighing Units: Kg Or G, Lb, Oz, Lb:oz (only Kg And G Are Available In Lft Mode) Display: Lcd Display With White Backlight, 1.1in/28mm High Digitslcd Display With White Backlight, 1.1in/28mm High Digits Operating Temperature Range: -10 °c To 40 °c Operating Temperature Range -10 °c To 40 °c Platform Size (w × L) 300 × 225 Mm Scale Dimensions (w × L × H) 311 × 327 × 117 Mm Shipping Dimensions (w × L × H) 397 × 447 × 195 Mm Net Weight 4.2 Kg" 90,000.00 1 Unit "universal Oven: Working Temperature Range At Least 5 (un/unplus/unm/unmplus) Or 10 (uf/ufplus/ufm/ufmplus); Above Ambient Temperature To +300 °c; Setting Accuracy Temperature Up To 99.9 °c: 0.1 / From 100 °c: 0.5; Capacity: Volume :108 L; Max. Number Of Internals:5; Max. Loading Of Chamber: 175 Kg; Max. Loading Per Internal: 20kg Voltage Electrical Load 230 V, 50/60 Hz Approx. 2800 W Ambient Temperature +5 °c To +40 °c Humidity Rh Max. 80 %, Non-condensing Dimensions W(a) X H(b) X D(c):atleast 560 X 480 X 400 Mm" 28,000.00 3 Unit " Wired Digital Thermometer Model Number: Rs40 Thermometer Type: Handheld Number Of Temperature Inputs: 1 Absolute Maximum Temperature Measurement: +200°c, +392°f Temperature Scale: Centigrade/fahrenheit Display Type: Lcd Resolution: 0.1° Best Accuracy: ± 2°c (± 4°f) Minimum/maximum Recordings: Yes Automatic Shut-off: Yes Calibrated Certificate: No Operating Temperature: Min: -50 °c To Max: +200°c (-58°f To +392°f)" 12,180.00 3 Unit " 750i Rugged Gps Touchscreen Navigator With Inreach® Technology And 8 Megapixel Camera Physical Dimensions: 3.6"" X 7.2"" X 1.3"" (9.19 X 18.30 X 3.27 Cm) Display Size 2.55""w X 4.25""h (6.48 X 10.80 Cm); 5"" Diag (12.70 Cm) Battery Life Gps Mode: Up To 18 Hours Gps Mode, 10 Min Tracking: Up To 18 Hours Expedition Mode: Up To 330 Hours Expedition Mode, 30 Min Tracking: Up To 300 Hours Memory/history 16 Gb (user Space Varies Based On Included Mapping) External Memory Storage Yes (32 Gb Max Microsd™ Card) Wireless Connectivity Yes (wi-fi®, Bluetooth®, Ant+®) Camera Yes (8 Megapixel With Autofocus; Automatic Geo-tagging) In The Box: Montana 750i, Lithium-ion Battery Pack, Usb Cable, Documentation Accessories: Ac Adapter Cable, Europe, 4gb Microsd Card With Sd Adapter, High-speed Multi-charger, Hrm-dual, Suction Cup Mount With Speaker, Bicycle Handlebar Mount, Marine Mount With Power Cable, Motorcycle/atv Mount Kit And Amps Rugged Mount With Audio/power Cable, Lithium-ion Battery Pack, External Gps/iridium Antenna With Adapter Cable, External Antenna Adapter Cable, Amps Rugged Mount With Audio/power Cable, Dual Port Usb Power Adapter, Microusb 2a Charging Cable, Tempe™, Usb-c Ac Adapter,garmin Connect™ App" 111,999.00 1 Unit "portable Soil Analyzer Model: Rs-trrec-n01-1-ex Power Supply: Battery-powered (5000mah Lithium Battery) Display Method: 2.8 Inch Lcd Display Data Storage: 100w Data Charging Time: ≤8h Working Environment: Temperature -10℃-50℃, Humidity<95%rh No Condensation Accessible Equipment: 1-4 Modbus Device Combination Letter Of Agreement: Modbus-rtu Operating Voltage: Dc 3.7v Standby Time: More Than 8h Continuous Size: 209*100*36 Mm Weight: 500g" 24,836.00 5 Unit "toploading Balance (300 G/0.01g) 1mg High Precision Balance With Small 100g~300g Capacity Calibration Way Weight Calibration Anti-vibration Adjustable Wave Filter Intensity Function Housing Fully Aluminum + Abs Display Vatn Backlit Lcd Display Stable Time 3-10s Adjustable Unit G, Mg, Ct, Oz, Ozl, Dwt, Gn, Lb, N, Dr, Tlt, Tls, Tlh, T(tola), T/a/r(tola/anna/rati), /a/r(tola/mna/rati), Ms(mesghal), Bat, /lb(parts Per Pound),kg,20units Selectable Interface Rs232 Weighing Mode Lock Weighing Mode Lock Automatically Underhook Fit With Underhook Housing Size Without A Shield 310x200x95mm Housing Size With Shield 310x200x270mm Plate Size Φ90mm Power Supply Dc8.4v1a " 50,000.00 2 Unit "digital Microwave (23 L Capacity) Electrolux Emm23m38gb 23l Free-standing Microwave Oven Type Of Control: Electronic Push Bottom + Digital Dimension:width 498 Mm;height 288 Mm Door Type: Handle Display Type: Led White Color Cavity Materials: Grey Voltage (v) 230 Microwave Power (w): 800 " 19,000.00
Municipality Of Kalibo, Aklan Tender
Automobiles and Auto Parts
Philippines
Closing Date25 Jun 2025
Tender AmountPHP 2.5 Million (USD 43.6 K)
Details: Description Republic Of The Philippines Province Of Aklan Municipality Of Kalibo Invitation To Bid For Purchase Of Tactical Emergency Response Vehicle For The Operation Of Disaster Preparedness, Response, Rescue Activities And Emergency Response Vehicle Use At Municipal Disaster Risk Reduction Management Office, Kalibo, Aklan The Municipality Of Kalibo, Through The General Fund 2025 Intends To Apply The Sum Of Two Million Five Hundred Thousand Pesos (2,500,000.00) Being The Abc To Payments Under The Contract For Purchase Of Tactical Emergency Response Vehicle Use At The Municipal Disaster Risk Reduction Management Office, Kalibo, Aklan With Identification Number 05-001-751-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item Description Unit Quantity 1 Tactical Emergency Response Vehicle Unit 1 04 (terv04) Base Vehicle: 2.4 Utility Van Lwb Dsl Engine: 2gd-ftv, 2.4 L Straight-four Common Rail Diesel Engine Engine Displacement (cc) Displacement 2393 Cc, Emission Rating: Euro 4, Max. Power: 150/3400 (ps/rpm), Max. Torque: 343/1400-2800 (n-m/rpm, Overall Dimensions (mm): 5,303 X 1,705 X 2,097, Wheelbase (mm): 3,085, Seating Capacity: 2 + 12 Tread (front/rear): 1510/1510, Min. Turning Radius: 5.4, Fuel Tank Capacity: 50 Liters Transmission: Manual 5 Speed, Front Brake/rear Brake: Disc/drum, Suspension: Ifs Coil/rigid Leaf Spring, Tires/ Wheel: 195r14c Steel Fx Body Features: Body Made Of Pressed And Electrically Welded Galvanized Iron Sheets, Polyurethane Finish, With Air Conditioning System Interior Features: One Side Medical Cabinet, Folding Bench Seat Stretcher Ramp With One (1) Collapsible Stretcher Spine Board Holder Iv Holder Interior Lighting Grab Handles Oxygen Tank With Mount And Regulator Non Slip, Heavy Duty Ambulance Grade Flooring With Bacteriostatic Properties, Easy To Clean Hard Wearing Supplied And Installed Ambulance Equipment 1. Spinal Board With Pin The Spinal Board Spencer B-bak Pin Is A Device For Recovery, Immobilization And Transfer To A Main Stretcher Of Patients With Suspected Spinal Injuries Specific Features The Number Of Handles, Their Placing And Their Shape Offer Uneasy Grip Even Difficult Conditions. The Tapered Shape Allows Place The Device Inside Spencer Basket Stretchers Smooth And Rounded Surfaces Ensure An Effective Sanitation. Robust And Light Structure To Ensure High Resistance Slide On The Lower Side To Minimize Sliding Resistance During The Application The Low Thickness Makes The Application And Storage Easier Equipped With Pins To Allow Easy Fixing Of Belts With Snap Hook. Technical Data Dimensions: 1840x405x45 Mm Materials: Pe N” Handles: 14 N” Pin: 8 Loading Capacity: 180 Kg Weight: 6 ± 0,3 Kg 2. Compact Universal Head Immobilizer Technical Data: Base Dimensions (button Hole Exluded): 365x260x20 Mm Pillow Dimensions (1 Piece): 255x85x160 Mm Hole For Ear Inspection : Ø70 Mm Base Weight 360 Pillow Eight: 500 Overall Weight: 1.46 Materials: Pe, Pvc, Nylon 3. Reflective Universal Spider Straps System For Spine Boards Material: Nylon-polypropylene Width Of Strap: 53mm No. Of Connections: 10 V Tape Length: 250mm (min)/520mm (max) Transversal Tape 1 Length: 750mm (min) / 1350mm (max) Transversal Tape 2 Length: 600mm (min) / 1250mm (max) Transversal Tape 3 Length : 550mm (min) / 1110mm (max): Transversal Tape 4 Length: 4. Aneroid Sphygmomanometer With Large Dial And Protection And Sprague Rappaport Stethoscope Ce Certified Material: Pe, Nylon, Rubber, Al Extended Cuff Dimension: 530x145mm Rubber Protection Dimension: 220x150mm Dial Diameter: 130 Mm Pipe Length: 50cm Spiral Pipe Length: From 50 To 172 Cm Manometer Range: 0-300 Mmhg Weight: 1.1 Kg Md Class Im Ce Marked According To Dir. 93/42/cee Conforms To Uni En Iso 81060-1 Highly Visible Dial With Rubber Protection Dgx 189 Stethoscope Technical Data: Bell Maximum Diameter: 45mm Bell Minimum Diameter: 31 Mm Tubes Length : 56 Cm Weight : 235g Vehicle Emergency Warning System A. Led Light Bar – 1 Set R/w (preferred Made In The Usa) High-performance All Led Lightbar With Rear Work Lights And Cruise Mode; Stop/turn/tail Functionality. Specifications: Input Voltage: 12v Current Draw: 16 Amps Cable Harness : 10 Feet Dimension: 49.8” X 1.6” X 12” 4-watt Cree Leds 40° Optics With Stop, Tail, Turn (stt) Meets Or Exceeds Sae Class 1 5 Year Warranty Made In The Usa B. Siren And Public Address System The Full Function Is A Controller And Siren All-in-one Solution. The Controller Has 6 Programmable Buttons To Pair With Any Emergency Vehicle Light. The Is The Most Advanced Siren For Cars, With 21 Police And Fire Tones, Integrated Wig-wag, Air Horn, Horn Ring, Park Kill And Radio Rebroadcast Functionality. Full Function Siren Specifications: 100w 21 Programmable Siren Tones 5. Auxiliary Outputs (3.5a) Auxiliary Buttons Programmable As On/off Or Momentary Integrated 2 Output Wigwag Capability (for Lights) All In 1 Unit (no External Relay) Rotary Switch Included Mic Air Horn, Park Kill, Radio Rebroadcast Capabilities Led Backlit Buttons Volume Control Legend Sheet Included Rugged Metal Housing Includes Dash Mount Bracket Dimensions: 7.4 L X 4.84” W X 2.53” H Controller Dimensions: 6.77 L X 2.43” W X 1.21”h Certifications Sae J1849, Sae J1119 Mic Cable Length: 2 Feet Max Current Draw: 20a Triton 100w Speaker/siren Specifications: 124db Sound Output 1000watts 85 Degree Sound Dispersion Lightweight Durable Polycarbonate Frame Compact Design To Fit Behind A Grille Includes L-shape Mounting Bracket Rugged Weather-resistant Enclosure Functions With Any Existing Siren Dimensions: 3” H X 7 L 7” L Impedance Of 11 Ohms Neodymium Magnet Certifications: Sae J1849 Frequency Response Of 600-2700hz Additional Works And Supplies One (1) Lot Supply And Installation Of Custom Decals And Markings One (1) Lot Supply And Installation Of High Quality Tint, Except Windshield, Driver And Front Passenger Windows Supplies Vehicle Accessories One (1) Set Standard Manuals, Tolls And Hydraulic Bottle Jack As Provided By The Vehicle Manufacturer One (1) Set Spare Tire With Rim One (1) Set Ewd Includes: Three (3) Years Lto Registration Terms And Conditions: • Base Vehicle Must Be Brand New And No Prior Registrations. Vehicle Must Be Registered Only To The Lgu. • To Ensure Technical Compliance, After Sales Support And Warranty. Bidders Must Provide Manufactured Issued Products Sheets For Offers As Part Of Technical Requirement In The Bidding Documents Showing Technical Compliance Backed With Distributorship Certificates With Warranty Commitment For The Following Critical Ambulance Equipment. Failure Of Which Shall Be Ground For Disqualification. ° Ambulance Wheeled Cot ° Folding Stretcher ° Scoop Stretcher ° Potable Suction Machine ° Stair Chair ° Electronic Visual And Audio Emergency Warning System (lightbar, Siren, Speakers, Surface Mounted Lights & Controllers) • Equipment With Required 10g Fixation Must Attached Corresponding Certifications • Supplier Must Conduct Orientation And Basic Training On The Proper Use And Maintenance Of The Installed Equipment • Offer Includes Delivery And After Sales Support The Municipality Of Kalibo Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within One Hundred Twenty (120) Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) 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). 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. Prospective Bidders May Obtain Further Information From Municipality Of Kalibo And Inspect The Bidding Documents At The Address Given Below During 8:00 -12:00 A.m. And 1:00 – 5:00 P.m., Except Saturdays, Sundays & Holidays. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 9 – 25, 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 Five Thousand Pesos (php5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. The Municipality Of Kalibo Will Hold A Pre-bid Conference On June 13, 2025; 9:00 A.m. At 2nd Floor Municipal Conference Hall, Old Building, Kalibo, Aklan. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 8:30 A.m. Of June 25, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On June 25, 2025; 9:00 A.m. At 2nd Floor, Municipal Conference Hall, Old Building, Kalibo, Aklan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Municipality Of Kalibo 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. For Further Information, Please Refer To: Leah E. Yarre Bac – Secretariat Telephone Number (036) 268-4436 You May Visit The Website: For Downloading Of Bidding Documents: Www.kaliboaklan.gov.ph Sgd: Mary Gay Q. Joel Bac Chairperson
City Of Malaybalay Tender
Healthcare and Medicine
Philippines
Closing Date18 Jun 2025
Tender AmountPHP 1.8 Million (USD 32.5 K)
Details: Description City Health Office-medicines 9 700 Bxs Amoxicillin 250mg Cap In 100’s 125.00 10 1633 Bxs Amoxicillin 500mg Cap In 100 133.00 36 14 Bxs Doxycycline 100mg Cap In 100 98.00 44 60 Bxs Ibuprofen 200mg Tab In 100 105.00 60 120 Bxs Omeprazole 20mg Cap In 100 96.00 61 5 Tubes Oxytetracycline Hcl 5mg + Polymyxin B Sulfate 10,000 Units/g Eye Ointment Tube 3.5g 700.00 Cho-medical, Dental And Laboratory 94 2 2 Boxes Alat/sgpt Sl 5 X 125 Ml Nt 15,085.70 121 3 Bots Immersion Oil Type A In 30 Ml 1,400.00 127 3 Pcs Styro Box - Small 150.00 148 2 Kits Papanicolau Stain In 500 Ml 7,500.00 150 1kit Statlyte C Reagant Pack ( Na, K, Cl, Ca,ph ) 58,570.00 151 1 Bot Qc Solution 100 Ml 11,656.10 152 1 Bot Weekly Cleaning Solution 100 Ml 11,656.10 153 1 Bot Ph/na/cl Filling Solution 15 Ml 7,601.80 154 1 Bot Ca Filingfgsolution 15 Ml 7,601.80 155 1 Bot Reference Filling Solution 15 Ml 7,601.80 156 2 Bot K Filling Solution 15 Ml 7,601.80 157 1 Bot Sodium Conditioner 100 Ml 11,656.10 164 10 Boxes Delicate Task Wiper ( Kimwipes ) In 280 300.00 165 250 Rolls Adhesive / Plaster Tape 1 Inch 75.00 167 20 Pack Cellophane Medium Size In 50 50.00 169 65 Gals Disinfectant Concentrate ( Lysol ) 1,500.00 170 30 Pcs Disinfectant Spray ( Lysol) In 538 Grams 550.00 172 5 Pcs Hand Towel - Long 75.00 174 1 Set Humizen 550 Hematology Analyzer 6 Months Maintenance Kit 30,000.00 177 1 Pc Humizen H550 Optical Lamp For Bench- 21,000.00 178 1 Set Complete Micropipette Kit With Stand, Tips And Tip Box ( 5 Ul - 10 Ul, 10ul -100 Ul, 100ul - 1000ul ) 30,000.00 191 1 Unit 10 Lbs Fire Stinguisher (red) 3,000.00 192 6 Pcs Pvc Filer Box 600.00 193 6 Tube Pits And Fissure Sealant 1,020.00 194 4 Bots Bonding Agent C Bond 960.00 196 200 Gals Alcohol 70%, 3 Ltrs 180.00 197 4 Tube Dental Etchant Gel 180.00 198 1 Pcs Dental Light Cure 3,000.00 199 1 Box Portable Dental Ultrasound Scaling Machine-woodpecker 18,000.00 200 1 Set U.v Sterilizing/disinfection Cabinet 12,000.00 202 2 Pcs Medical Trolley Cart 3,360.00 203 4 Pcs Dental Enamel Tray With Partition/divider 300.00 205 300 Pad Tooth Brush For Kids 12pcs Per Pad 108.00 208 2 Pcs Big Flash Light 720.00 209 10 Tube Ky Jelly 150g 180.00 211 30 Pc Styrofoam Boxes 8.5x7.5x6.75 150.00 216 10 Box Adhesive Tape/pluster 1inch,3m In 12’s 420.00 221 40 Box Dental Needle G-27 315.00 224 10 Bot Fabre Softener 500ml 110.00 226 200 Bot Hydrogen Peroxide Solution In 500ml 60.00 228 16 Pcs Laundry/cloth Brush 40.00 229 20 Packs Disposable Container Microwavable100ml 100.00 230 20 Packs Ice Wrapper 100/pcs 40.00 234 30 Box Policresulen 90mg Vag. Suppository In 6 Albothly 1,278.00 238 75 Box Sterile Gloves Size 6.5 In 50 Pairs 800.00 241 104 Pcs Vaccine Thermometer 200.00 242 20 Pack Ziplock-large Size 9 300.00 243 60 Pcs Expanded Zipper Bag Long, Plastic Evelope 100.00 247 40 Mtr Cloth (white) 80.00 248 40 Mtr Clorth (green) 80.00 252 3 Pc Black Trash Bin With Cover 500.00 253 6 Set Pulse Oximeter 400.00 255 3 Kits Diapro Anti Hcv- Elisa Fully Automated, 480 Tests In Wells Compatible To Dynex Ds2 Machine, Saccl-approved 46,000.00 256 3 Box Diapro Hiv (ag/ab) Elisa Compatible To Dynez Ds2 Machine In 480 Tests 50,000.00 257 3 Kits Diapro Syphilis Elisa Fully Automated 480 Test In Wells Compatible To Dyne Ds2 Saccl Approve 22,000.00 270 10 Pc Potable Telescopic Stool 180.00 272 3 Roll Drawstring Garbage Bag In 100s 85.00 273 3 Box Storage 18l Transparent 350.00 Upper Pulangi Lying-in Clinic Laboratory Supplies 278 3 Bottle Disinfectant Spray(lysol) Strawberry Flavor In 538gms 550.00 Medical Supplies 289 2 Pcs Ampule Bottle/vial Opener 100.00 290 2 Pcs Pill Cutter Portable , Small Size , Plastic 80.00 296 1 Unit Ecg-1106g Monochrome Screen 6 Channel, Bulb And Clamp Type Electrodes 45,000.00 297 1 Pieces Emergency Trauma Bag Kit By Elite Bags 8,500.00 298 1 Unit 8 Inches Electronic Portable Vital Signs Monitor 6 Parameter Ecg Machine Bp, Resp, Temp,spo2, Pr 35,000.00 304 3 Unit Emergency Light Tricolor Ael-390 2,300.00 Medicines 308 1200 Bottle Amoxicillin Trihydrate 250mg/5ml Susp In 60ml 21.30 309 80 Box Amoxicillin Trihydrate 250mg Capsule In 100’s 128.00 310 240 Box Amoxicillin Trihydrate 500mg Capsule In 100’s 140.00 315 40 Tube Acapulko Ointment 75.00 322 30 Bottle Azithromycin 200/5ml Susp I20ml 114.00 323 16 Box Betahistine 20 Mg Tablet 100 500.00 324 35 Piece Bisacodyl 5mg Suppository 20.00 327 40 Box Carbocisteine 500mg Capsule In 100’s 32.50 331 20 Box Ciprofloxacin 500mg Tablet In 100’s 130.00 333 800 Bottle Cefalexin 250mg/5ml Susp In 60ml 26.50 342 100 Bottle Clarithromycin 125mg/5ml In 50ml Susp 70.00 343 100 Bottle Cefixime 100mg/ml Susp In 60ml 70.00 346 300 Bottle Cotrimoxazole 200mg/40mg/5ml Susp In 60ml 18.00 349 200 Bottle Co-amoxiclav 228.5mg/5ml Susp. 70ml 136.85 361 80 Bottle Erythromycin Syrup 200mg/5ml In 60 Ml 40.00 362 35 Box Fluticasone+salmeterol+125mcg+25mg120doses(inhaler) 228.75 370 60 Box Ibuprofen 200mg Tablet In 100’s 105.00 371 120 Bottle Ibuprofen Syrup 100mg/5ml In 60ml 68.74 376 80 Box Lozartan 100mg Tablet 100 169.00 390 40 Tube Nitrufuranzone 0.2% Cream 120.00 392 80 Box Omeprazole 20mg Capsule 100 96.00 393 20 Ampule Omeprazole 40mg Ivt Ampule 24.78 395 20 Ampule Pantoprazole 40mg Ivt Ampule 50.00 399 35 Piece Paracetamol 125mg Suppository 16.91 400 8 Box Prednisone 20mg Tablet 100 245.00 410 20 Tube Terramycin Eye Ointment 250.00 417 3 Vial Hysocine-n-butylbromide 20mg/ml 1ml Ampule 17.23 418 3 Vial Hydrocortisone 250mg Powder Vial 54.32 432 35 Ampule Lidocane 20mg/10mg/ml Ampule 50.00 433 10 Box Clotrimazole 100mg Vaginal Suppository 6s 200.00 434 4 Bottle Albothyl (policresulen) 100ml Vaginal Suppository 1,100.00 439 20 Ampule Dexamethasone 4mg/ml Or 5mg/ml Ampule 60.00 443 15 Box Silk 3-0 Suture Round In 12 350.00 446 5 Ampule Betamethasone 5mg/2mg/ml Ampule 900.00 453 10 Box Sterilization Pouch S.5.25"x10" In 200 600.00 454 10 Box Sterilization Pouch S.3.5"x10" In 200 600.00 455 2 Box Disposable Apron, Polythene(75cmx110cm) In 100’s 300.00 460 5 Box Syringe 10cc, 25 Guage In 100’s 1,000.00 461 1 Box Syringe 20 Cc, 100’s 1,000.00 471 4 Box Urinary Catheter French #16 Forwomen In 10’s 300.00 479 1 Box Methergine (methylergonovine Melate) 0.2mg/ml Ampule 10s 500.00 480 30 Oxygen Tank Refill 1,000.00 481 120 Piece Tetanus Toxoid 0.5ml Vials 70.00 495 10 Piece Silicone Nasogastric Tube (ngt) Fr. 16 200.00 496 150 Pack Toothbrush Soft Bristle With Toothpaste (adult) 50.00 499 2 Unit Accu-check Instant 100’s Strips 2,000.00
Province Of Iloilo Tender
Healthcare and Medicine
Philippines
Closing Date27 May 2025
Tender AmountPHP 2.4 Million (USD 43 K)
Details: Description Bids And Awards Committee Iloilo Provincial Government Procurement Of Ambulance Bid No. Nth-25-583-b Philippine Bidding Documents Sixth Edition July 2020 Table Of Contents Section I. Invitation To Bid……………………………………………………..3 Section Ii. Instructions To Bidders………………………………………..…...5 1. Scope Of Bid ………………………………………………………………………. 5 2. Funding Information………………………………………………………………. 5 3. Bidding Requirements ……………………………………………………………. 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders…………………………………………………………………… 5 6. Origin Of Goods ………………………………………………………………….. 6 7. Subcontracts ……………………………………………………………………… 6 8. Pre-bid Conference ………………………………………………………………. 6 9. Clarification And Amendment Of Bidding Documents …………………………… 6 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 6 11. Documents Comprising The Bid: Financial Component …………………………... 7 12. Bid Prices …………………………………………………………………………. 7 13. Bid And Payment Currencies ……………………………………………………… 7 14. Bid Security ………………………………………………………………………. 7 15. Sealing And Marking Of Bids ……………………………………………………… 7 16. Deadline For Submission Of Bids …………………………………………………. 8 17. Opening And Preliminary Examination Of Bids ………………………………….. 8 18. Domestic Preference ……………………………………………………………… 8 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 8 20. Post-qualification ………………………………………………………………… 8 21. Signing Of The Contract …………………………………………………………… 8 Section Iii. Bid Data Sheet …………………………………………………..9 Section Iv. General Conditions Of Contract ……………………...………..10 1. Scope Of Contract ………………………………………………………………… 10 2. Advance Payment And Terms Of Payment ……………………………………….. 10 3. Performance Security ……………………………………………………………. 10 4. Inspection And Tests ……………………………………………………………… 10 5. Warranty …………………………………………………………………………. 10 6. Liability Of The Supplier ………………………………………………………….. 10 Section V. Special Conditions Of Contract ………………………………….11 Section Vi. Schedule Of Requirements ……………………………………....13 Section Vii. Technical Specifications …………………………………………14 Section Viii. Checklist Of Technical And Financial Documents …………..17 Section I. Invitation To Bid Purchase Of Ambulance Bid No. Nth-25-583-b 1. The Iloilo Provincial Government Through The Supplemental Budget No. 1 Cy 2024 20% Ira Intends To Apply The Sum Of Two Million Four Hundred Thousand Pesos (php2,400,000.00) Being The Abc To Payments Under The Contract For The Purchase Of Ambulance. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 The Bids And Awards Committee Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 5, 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 Five Hundred Pesos (php500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On May 13, 2025 At 9:00 A.m At 5th Floor,bac Secretariat, Iloilo Provincial Capitol And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 5th Floor, Bac Secretariat, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before May 27, 2024 At 9:00 A.m. 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 May 27, 2025 At 9:01 A.m. At The 5th Floor, Bac Secretariat, Iloilo Provincial Capitol. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. G. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 11. The Iloilo Provincial Government 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: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com/bac@iloilo.gov.ph Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com April 29, 2025 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Purchase Of Ambulance With Bid No. Nth-25-583-b. The Procurement Project (referred To Herein As “project”) Is Composed Of One (1) Item, 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 2025 In The Amount Of Two Million Four Hundred Thousand Pesos (php2,400,000.00) 2.2. The Source Of Funding Is: Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 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. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 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. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. 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: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. 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 Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 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 Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: 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 Time And Either At Its Physical Address 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 Three (3) 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 Declaration 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 One Hundred Twenty (120) Days. 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 First And Second Components Of Its Bid. 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. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 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 Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 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 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 Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp [governor Niel D. Tupas Sr. District Hospital, Barotac Viejo, Iloilo] Or The Applicable International Commercial Terms (incoterms) For This Project. 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 Two Percent (2%) Of 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 Five Percent (5%) Of Abc, If Bid Security Is In Surety Bond. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; C. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); D. License To Operate (lto) Issued By Fda, If Applicable; E. After-sales Services/parts, If Applicable; F. Manpower Requirements, If Applicable. 21.2 No Further Instructions. 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 Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. 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 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 Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered To The Governor Niel D. Tupas Sr. District Hospital, Barotac Viejo, Iloilo. 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 The Authorized Employee/official Of The Iloilo Provincial Government. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. 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. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Item Number Description Quantity Total Delivered, Weeks/months 1 Ambulance With Complete Accessories 2.8l Diesel M/t 1 1 ___________________________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Nth-25-583-b 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 Ambulance With Complete Accessories 2.8l Diesel M/t Overall Dimensions: Length X Width X Height Mm 5,265 X 150 X 1,990 Wheelbase Mm 3,210 Ground Clearance Mm 175 Maximum Tire Turning Radius M 5.5 Fuel Tank Capacity L 70 Engine And Transmission Displacement Cc 2,755 Maximum Output Ps/rpm 176/3,400 Maximum Torque Nm/rpm 420/1,400-2600 Transmission 6-speed Manual Chassis Suspension Front/rear Mcpherson Strut/rigid Axle Leaf Spring Breaks Front/rear Ventilated Disc/drum Steering System Variable Power Steering Tires 215 / 70r16c Steel With Full Cap Exterior Headlamp: Bi-beam Multi-reflector Halogen With Integrated Turn Lamp Wiper: Front/rear Intermittent With Mist Rear Window Defogger: With Timer Interior Instrument Panel: Meter Gauge Analog With Digital Trip Meter With Multi Info Display Accessory Connector: Front 12v X 2 With Glove Box: Steering Wheel: Material 4-spoke, Urethane Switch Audio, Telephone, Voice, Mid Steering Column: Manual Tilt And Telescopic Adjustment Shift Lever Knob: Urethane Dash Mounted Front Personal Lamp: With Driver And Passenger With Room Lamp: Sun Visor: With Driver And Passenger Rear View Mirror: Day And Night Seats: Driver Slide, Recline And Vertical Adjust Front Passenger With Recline Adjust Front Center Passenger With Recline Adjust Cups/bottle Holder: Front Instrument Panel (2pcs), Center Seat Back (2pcs) Door Trim (2 Pcs) Audio System: 8” Display Audio Function Apple Carplay + Anroid Auto/tuner/usb/bt 4 Speakers Aircondition: Type Dual Front Manual Control Functions Power: Window With (driver/front Passenger Auto Up-down) With Door Lock Outside Rearview Mirror Adjust – Retract Illuminated Entry: Ignition Key + Lamp Light Control System: Sensor Only Key Remind Warning: With (buzzer) Safety: With Abs (anti-lock Break System) Srs Airbag: Driver + Front Passenger Front Seat Belt: 3 Pt. Elr (2 Pcs) + 2 Pt Nr (1 Pc) Vehicle Security System: Alarm With Immobilizer With Reverse Camera Inclusions: Tint Ewd Standard Tools And Materials Supply With Installation Of: -two (20) 20 Lbs Oxygen Tanks -wall Mounted B.p Apparatus With Stethoscope -first Aid Kit -oxygen Regulator With Humidifier & Nasal Cannula -(ambu Bag) Bvm (separate Unit For Adult And Pedia) -minor Surgical Kit -led Flashlight With Rechargeable Batteries -plastic Spine Board -led Gen 3 Bar Light Blinkers (red/blue) -dashboard Blinker Red/blue Gen3 Leds -tailgate Blinker Gen 3 Leds -ambulance Side Blinker Gen 3 Leds -siren Amplifier And Speaker, 100 Watts -headlight Blinker Module W/ Controller (wig-wag Controller) -5lbs Abc Dry Chem Fire Extinguisher -led Interior Light -i.v Hook -full One Side Medical Cabinetry With Vertical Clear Acrylic Sliding Shutter -side Cabinetry Includes Holder Of Two 20-lbs. Oxygen Tanks -installation Of Stretcher Bed With Ramp Approach (bi Steel Only) -stainless Bumper Approach Not Needed As Stretcher Does Not Hit The Rear Bumper -non-slip “checkered Plate” Design Vinyl Floor Covering Over 3/4” Marine Plywood Flooring -black Tint (except For Driver Side And Passenger Side Windows) -2-seater Bench With Storage Under Seat Equip With Seatbelts And Backrest -overhead Handrail -divider Between The Front & Patient Compartment Made Of Clear Acrylic Sheet -power Inverter 2,000 To 3,000 Watts -2 To 3 Gang 220v Power Outlet -supply Of Multi-level Stretcher With 181 Kgs Capacity And Includes Mattress & Straps Terms And Conditions 1. The Vehicle Shall Be Delivered To Iloilo Provincial Capitol, Iloilo City, Thirty (30) Calendar Days From Contract Effectivity. 2. Bid Tender Shall Be Supported With Evidence In The Form Of Manufacturer’s Unamended Sales Literature Of Product Data Sheet And Condition Statement Of Specifications And Compliance As Appropriate. 3. Warranty Period Shall Be One (1) Year After Acceptance, Or A Mileage Of One Hundred Thousand (100,000) Kilometers Whichever Comes First. 4. The Dealer Shall Shoulder The First Three (3) Years Lto Registration And One (1) Year Gsis Compulsory Third Party Liability (cptl) 5. The Dealer Shall Provide Seat Cover, Matting, Tint And Rustproofing. ___________________________________ Signature Over Printed Name Section Viii. 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 ⬜ (e) 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 ⬜ (f) 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 ⬜ (g) 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 ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) 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 ⬜ (j) 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 ⬜ (k) 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 ⬜ (l) 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. Ii. Financial Component Envelope (m) Original Of Duly Signed And Accomplished Financial Bid Form; And (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) (o) [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. (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date28 Apr 2025
Tender AmountRefer Documents
Description: Contact Information|4|n743.20|wvd|717-605-2147|markus.a.hamilton.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|||||||||
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 - Certifications, S4306a - Material |n50286|tbd|133.2|n/a|n/a|n39040 - Certifications |n/a
|n/a|see Dd Form 1423 |port_ptnh_wawf_notification@navy.mil Markus.a.hamilton.civ@us.navy.mil|
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.|||||
warranty Of Data--basic (mar 2014)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
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 (mar 2025) (deviation 2025-o0003)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x||
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 Daysafter 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 "dx" Rated Order; "dx" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas).
5. This Order Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf).
6. This Item Requires Oxygen Cleaning And Navy Source Certification. See Clause Navsupwssda02 And Navsupwssea01.
\
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.
2.2.3 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order.
drawing No Cage Rev Distr Cd
;v3c10197 99517 D B;
document Ref Data=fed-std-h28 | | |b |190424|a| | |
document Ref Data=fed-std-h28 |0020| |b |941221|a| |01|
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=astm-a582 | | | |211101|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=mil-std-1330 | | |e |220519|a| | |
document Ref Data=sae Ams 5643 | | |w |211201|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-v-24272 | | |b |950424|a|1 | |
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=0900-lp-001-7000 | | | |810101|c| |01|
document Ref Data=s9074-aq-gib-010/248 | | |1 |191111|a| | |
document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | |
3. Requirements
3.1 ;complete Manual Valve Assembly Must Be In Accordance With Vacco Drawing V3c10197 Part Number V3c10197-01, Except As Amplified Or Modified Herein.;
3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise:
part - ;body Item 1 And Orifice Block Item 3;
material - ;astm-a582, Type 303;
part - ;poppet, Item 2;
material - ;sae Ams 5643 Condition H-1025;
3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings And Specifications Is Still Required, But Certifications Are Only Required As
listed Below.
test - ;proof Pressure Test;
item - ;each Assembly;
performance - ;paragraph 4.6.1 Of Mil-v-24272;
acceptance - ;paragraph 4.6.1 Of Mil-v-24272;
test - Non-destructive Tests
item - ;weld Repair And/or Production Weld (as Applicable);
performance - Per Applicable Fabrication Specification
acceptance - Per Applicable Fabrication Specification
3.4 Oxygen Cleaning - This Material Must Be Cleaned, Tested, Packaged & Labeled By Trained Personnel And Procedures In Accordance With Mil-std-1330, General.
3.5 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The
following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig.
the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This
contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes.
3.6 O-ring Grooves And Mating Sealing Surfaces Must Be Inspected Per The Contractually Invoked Drawings Or Specifications. When The Drawings Or Specifications Do Not Provide Specific Defect Criteria Or State That No Defects Are Allowed, The General Acceptance
criteria (gac) Standard Must Be Used For Inspecting O-ring Grooves And Mating Sealing Surfaces Only. Repairs To Sealing Surfaces And O-ring Grooves With Unacceptable Defects May Be Accomplished Within The Limits Of The Size And Tolerances Provided In The
applicable Drawing. Repairs Thatwould Exceed These Limits Require Approval (including Final Dimensions). The Data That Is Red Lined (crossed Out) Is Excluded From The Gac For This Contract And Is Not To Be Used For Acceptance Or Rejection Criteria. The Gac
document Is Identified As Contract Support Library Reference Number Csd008 At Https://register.nslc.navy.mil/
3.7 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent
inspection In Accordance With Asme B1 Series Is Acceptable.
3.7.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement.
3.7.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System 22
of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222.
3.7.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System.
3.8 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable.
3.9 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel Applications,
or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification Data Must Be
submitted For Review And Approval Prior To Performing Any Welding Or Brazing.
3.10 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further
application Of The Above Documents Is Prohibited.prohibited.
3.10.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract.
3.11 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.
3.12 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 In Electronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.12.1 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. The Contractor Must Provide
a Copy Of This Request To The Qar. 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 The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance.
3.12.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email.
3.12.3 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 The Product. 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 Engineering Change.
3.13 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 ^
3.14 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.
3.15 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.
3.15.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality
requirements Established In The Contract/purchase Order.
3.15.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative 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.
3.15.3 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.
3.15.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly
notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency
(dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately.
3.15.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption.
3.16 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.
3.16.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative 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.
3.16.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided
by The Government Representative.
3.17 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. Such Inspection Can Only Be Requested By Or Under Authorization
of The Government Representative. 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 Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest
defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.17.1 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.
3.17.2 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.
3.17.3 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.
3.17.4 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.
3.17.5 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.
3.18 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:
3.18.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.18.2 Inspection For Completeness And Proper Type.
3.18.3 Verification Of Material Quality Received.
3.18.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.18.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.18.6 Identification And Protection From Improper Use Or Disposition.
3.18.7 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.
3.18.8 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.
3.18.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.19 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.
3.19.1 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 This Contract/purchase Order.
3.20 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.
3.20.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The
marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is
permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing.
3.20.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And
the Tag Securely Affixed To The Material.
3.20.3 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Assembly Identifying The Part
number, Piece Number, Traceability Number, And The Location Of The Permanent Mark.
3.20.4 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ;
3.21 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:
3.21.1 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.
3.21.2 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 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.)
3.21.3 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.
3.21.4 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.
3.21.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.22 Material Handling - The Written Material Control Process Must Include The Following:
3.22.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.22.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.22.3 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.
3.22.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A
minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And
grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors.
3.22.5 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.
3.22.6 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.
3.23 Receiving Inspection -
3.23.1 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.
3.23.2 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.
3.24 Discrepancy Reporting -
3.24.1 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 Quality Assurance Representative (qar).
3.25 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.25.1 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.
3.25.2 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.
3.25.3 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.
3.25.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible.
3.26 Welding Requirements - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In Addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As
part Of The Certification Oqe Package Submitted By The Contractor.
note: These Requirements Do Not Apply To Tack/spot Welds When The Conditions Of Section 4.2.1.1 Of S9074-ar-gib-010a/278 Are Met.
3.26.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair).
3.26.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The
approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be
submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted,
citing The Drawing Number And Pieces To Be Welded. (i.e. ''wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc'.' Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz'')
3.26.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010/248, S9074-ar-gib-010a/278, And
the Contract.
3.26.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including
size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure
specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application.
3.26.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual
agreement Between The Vendor And Dcma.
3.26.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted
as Part Of The Qualification Data.
3.26.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential
elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element.
3.26.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278.
3.26.9 When Production Or Repair Welding Is Required On Titanium Materials, The Applicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval.
3.26.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable
documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training
plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf.
3.26.11 A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following:
a) Filler Metal Lot Number(s)
b) Specification And Type
c) A Positive Statement That The Vendor Has Obtained Oqe And Verified Thateach Lot Of Weld Filler Material Conforms To Specification Requirements.
d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption.
3.26.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor,the Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor.
3.27 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 Dcma Qar And The Contractor -
4.1.1 Dcma Qar And 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. When There Is A
disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 Dcma Qar And 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 Copy Must Be Given To The Local Government Representative. A
record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco.
4.1.3 Dcma Qar And 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 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders.
4.1.5 Dcma Qar And 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 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The
contracting Agency As Important, Are Observed And Evaluated.
6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government
representative Prior To Shipment.
6.1.8 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 The Material Supplied
conforms To The Specified Requirements.
6.1.9 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.
6.1.10 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.
6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.12 Nonconformance - 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.
6.1.13 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.
6.1.14 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.
6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.16 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
6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.18 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.
6.1.19 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.
6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification.
6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order.
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
- Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed
- Oct 29 2010 - Added Sampling Std For Li In-process Testing
- Sep 30 2008 - Thread Inspection Requirements Were Clarified
- Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds
- Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe
- 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
- Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section
- 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.
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Closing Date15 Feb 2025
Tender AmountRefer Documents
Details: Space Systems Command (ssc) International Affairs Office(ssc/ia) Los Angeles Air Force Base, Ca Launch Vehicle And Spaceport Assessment Request For Information primer: Ssc/ia Received A Letter Of Request (lor) For Letter Of Offer And Acceptance (loa) From A Partner Nation (pn). As The Primary Poc For Space Foreign Military Sales (fms), It Is Incumbent Upon Ssc/ia To Respond To The Lor For Loa With Rough Order Of Magnitude (rom) Costs For The Defense Articles And Services Specified In The Lor. As A Result, Ssc/ia Is Conducting Market Research To Respond To The Partner Nation’s Request. please Note: Responses To Lors For P&a Are Non-promissory And Therefore There Is No Guarantee That This Request For Information (rfi) Will Result In A Request For Proposal (rfp). Ssc/ia Anticipates Similar Requests From Other Partner Nations And May Repurpose The Market Research Garnered From This Rfi To Respond To Future Lors For Loa. The Lor For Loa Response Provided To The Partner Nation Does Not Guarantee The Sale Of The Services In Question. 1. Background ssc/iais Seeking Industry Quotes For Acquisition Technical Assistance For Assessing The Requirements And Interfaces Of A Launch System And A Contractor Designed, Developed And Operated Spaceport That Includes Facilities For Launch, Launch Integration, Space Vehicle Processing And Integration, Providing Mission Assurance, And Day-of-launch Activities For The Pn’s Ongoing Military Modernization Effort. Ssc/ia Is Currently Building A Response To An Official Letter Of Request (lor) For Letter Of Offer And Acceptance (loa) To Provide The Pn With A “total Package Approach” Cost For Their Planning Purposes. Ssc Is Seeking Specific Technical Studies Information Described In Sections 6 And 7 Of This Document. The Timeframe Associated With Acquiring The Referenced Technical Assistance Projects Potential Contract Award In 2025 With A Required 18-month Period Of Performance, As Requested By The Pn In Their Lor For Loa. Rfi Responses Shall Include Information That Allows Ssc/ia To Assess Your Ability To Help Develop A Spaceport And Provide Launch Mission Assurance For The Pn. This Includes Providing The Technical Background That Demonstrates Deep Knowledge And Experience As It Relates To The Entirety Of Launch Site Development, Build, And Mission Integration. This Should Include Experience And Knowledge Of Launch System Facilities, Processes/procedures, Safety Requirements (flight And Ground), Logistics (e.g. International Shipping), Security (physical And Cyber), Radio Frequency (rf) Communications And Tracking, And Other Pertinent Information That Describes Your Ability To Provide The Technical Assistance Requested. Finally, Any Tools To Manage Requirements, Provide Mission Assurance Analysis, Develop/manage And Execute Plans Should Be Included. 2.use Of Non-government Advisors the Government Intends To Use U.s. Government Personnel To Review The Rfi Responses. The Government Reserves The Right To Use Contractor Personnel, Including, But Not Limited To, Ssc Federally Funded Research And Development Center (ffrdc) And Systems Engineering And Technical Assistance (seta) Contractors. Contractor Support Will Be Bound By An Appropriate Non-disclosure Agreement (nda) To Protect Proprietary And Sensitive Information. Additional Ndas Will Not Be Required As Responses To This Rfi Will Be Considered An Implicit Acknowledgment And Acceptance That Non-government Advisors Will Be Assisting The Government In The Review Process. 3.guidelines For All Submissions the Rfi Is Market Research And Will Not Result In An Award The Cost Of Preparing The Rfi Responses Is Not An Allowable Direct Charge To Any Government Contract. all Interested Vendors Are Requested To Provide: statement Of The Vendor’s Capability To Provide The Technical Assessment Of A Launch Vehicle And Spaceport Described Below rom Cost To Provide Services/supplies, rom Schedule To Provide Services/supplies. label And Portion-mark Rfi Responses Appropriately; The Overall Classification Of An Rfi Response Should Not Exceed Nato Secret. provide An Initial Plan On How Itar Will Be Addressed. include A Cover Sheet With Company Name, Address, Date, Rfi Response Poc With An Email Address And Phone Number. ssc Will Not Consider Unnecessary Brochures Or Proposals. ssc Will Welcome Proficiency Demonstrations, Use Cases, And Lessons Learned. rfi Responses Will Use 8.5 X 11-inch Portrait Format Pages With Single-spaced Times New Roman 12-point Font With 1" Margins. The Landscape Format Is Acceptable For Charts And Graphs Only. rfi Responses Shall Not Exceed Thirty Pages. rfi Responses Must Be Delivered As Either A Pdf Or Microsoft Word Document. rfi Responses May Be Submitted Electronically Via Nipr To The Ssc Point Of Contact Listed Below. rfi Responses Are Due No Later Than 1700 Pdt On 02/14/2025 To The Ssc Point Of Contact Listed Below. Mr. Keith Brandner, Contracting Officer, Keith.brandner@spaceforce.mil Ms. Melina Monroy-szita, Contract Specialist, Melina.monroy-szita@spaceforce.mil 4.next Steps once The Rfi Responses Are Received, Assessed For Feasibility And Affordability, Ssc/ia Will Reach Out To The Pn. If A Virtual One-on-one Is Requested By The Government For Clarification Of Any Responses, The Government Contracting Office Representative(s) Will Contact The Submitters Poc Listed On The Cover Sheet To Schedule A Virtual Meeting. 5.concepts Criteria for Each Study Area, Address To The Best Extent Possible: requested Criteria expertise To Accurately Assess What Is Being Requested additional Information Needed Form Either The U.s. Government Or Pn associated Risks concepts Cost Details 6.initial Study Overview the Pn Is Requesting Technical Assistance Across Multiple Disciplines To Include But Not Limited To; Mechanical And Electrical Engineering, Systems Engineering (requirements Derivation, Verification And Validation Planning), Launch Site Processes/procedures, Safety (ground And Flight), Logistics (to Include International Shipping, Rf Communications, Facility Requirements (related To Launch Vehicle (lv), Space Vehicle (sv) And Lv/sv Integration), Ground Support Hardware And Lv To Launch Site Interfaces. The Assessment Is Intended To Be Used By The Pn To Understand Feasibility, Requirements (interface Control Document-type Information Between Lv/sv And Spaceport), And Risks Of Standing Up A Spaceport Capability To Launch Pn National Security Payloads. The Study Shall Also Include Support Of Meetings And Discussions As Well As The Delivery Of A Report, And Other Supporting Documentation. 6.1assessing Commercial Launch Provider provide Assessment Of The Commercial Launch To Meet The Mission Requirements Of The Pn’s National Security Space Using U.s. Space Force Evaluation Criteria. Part Of The Assessment Includes Recommended Tailoring Of Said Evaluation Criteria That Aligns With The Goals And Requirements Of The Pn. The Assessment Shall Include Assessment Of Vehicle Performance, The Launch Company’s Processes And Procedures, Its Ability To Follow And Adhere To Its Internal Standards, Capability Of Meeting The Foreign Regulations And Certifications, Accommodate Pn’s Satellites And Meet Their Mass And Orbit Performance. Additionally, The Assessment Should Include Any Identified Risks With The Priority On Technical But Also Identification Of Any Cost And Schedule Risks/concerns That May Be Evident. assessment Includes Identification Of Items That Require A Change To The Standard Commercial Vehicle That Derive From Sources Such As The Pn’s Mission Objectives, Logistics, Foreign Certifications/regulations And Launch Site Interfaces. Finally, An Assessment Of The Launch Contractor To Meet Both Physical And Cyber Security Requirements Imposed Or Unique To The Pn. 6.1.1 Launch Vehicle To Launch Site Icd: provide An Assessment Of The Lv To Launch Site Icd (or Equivalent Document(s)) To Ensure At The System Level The Pn Can Execute A Launch Of A National Security Space Asset From The Launch Site. 6.1.2 Communications: assess The Rf Concept To Ensure That The System Meets The Pn’s Requirements As Well As Any Required Regulatory Requirements. This May Include, But Not Limited To, Launch Vehicle Telemetry Collection, Flight Safety (if Autonomous Flight Safety Is Not Used), And Space Vehicle Separation (if Required). Additionally, Does The Launch Vehicle Provider Have A Plan That Will Meet The Pn’s Security Requirements For Communications, Information Technology (it) Equipment As Well As Assembly, Integration, And Test (ai&t) Equipment. 6.1.3 Launch Site Systems: provide An Assessment Based On The Icd, Ground Support Equipment, And Ground Handling Processes And Procedures That All Equipment Meets Requirements, Capable Of Being Certified And Has Proper Interfaces. Assessment Should Also Include Launch Vehicle And Expected Space Vehicle Commodity Requirements Such As Liquid Nitrogen, Hydrazine, Kerosene, Liquid Oxygen, Etc. The Launch Site Systems Includes Both The Payload Processing Facility And Launch Pad. 6.2launch Vehicle Safety Assessment transportation - Provide An Assessment Of The Launch Vehicle Transportation Plan To Include General Ability To Meet International Shipping Requirements, Physical Security Of Hardware While In Transit And On Launch Site Transportation And Handling. Identify Items That Have Elevated Risk Such As Systems That Have Not Been Tested To Meet Un Shipping Requirements (e.g. Batteries) Or Other Items That May Require Modifications Needed To Ensure Safe Transport Into The Launch Site. In Addition, Provide An Assessment Of The Shipping Hardware To Ensure That It Is Capable Of Shipping The Launch System To Include Compatibility With Shipping Methodology As Well As Protecting Hardware During Shipment. flight – Assess The Launch Vehicle Provider’s Approach To Flight Safety And Identify Any Short Falls That Introduce Risk. If Applicable, Recommend Areas For Tailoring To Reduce New/additional Qualification. 6.3requirements Recommendations work With The Pn To Understand Their Objectives And Risk Tolerance For The National Space Assets. Based On That, And The Assessment Of The Launch Provider And Their Launch Solution, Recommend And Prioritize Requirements To Ensure The Launch Solution Will Meet The Pn’s Mission Objectives. It Is Recognized That This Is A Challenging Task As The Most Efficient Approach Is To Utilize The Standard Launch Vehicle That Is Offered, Using The Requirements Defined In A User’s Guide For Space Vehicles To Design To, And Making Changes Introduces Risks. Provide Your Recommended Approach, Such As Accept A Launch Provider’s Baseline System And Respond To Mission Unique Requirements As Needed, Or Other Solutions. 6.4safety Documentation support The Development Of Safety Documentation That Meets The Pn’s And Launch Authority Requirements. This May Include Identify The U.s. Government / U.s. Space Force Test, Evaluation, And System Safety Documentation That Would Be Applicable To The Pn’s Activities. This May Also Include Recommending Tailored Approaches To Said Documents. If No Existing Documentation Exists In The U.s. Government For The Pn’s Specific Use Case (i.e. Launch Site Location, Launch Vehicle Operating Conditions), Provide A Recommendation Of The Documentation Required. 6.5launch Pad Sustainment Cost Analysis provide An Assessment Of The Launch Site Sustainment Costs. Provide Recommendations Where Efficiencies May Be Achieved As Well As Identifying Any Items Missed To Support The Pn’s Funding Forecast. Based On The Pn’s Mission Concept, Assess Any Unique Capability Needed And The Associated Sustainment. Examples Might Be, But Not Limited To, Pad Spares, Redundant Capability, Automated Tools And Other Hardware/software. 6.6launch Readiness Verification Process support The Development Of A Launch Readiness/certification Process (aligned To The Terminology Of The Pn) That Meets The Risk Acceptance Of The Pn. Recommend Applicable U.s. Space Force Launch Readiness Verification (lrv) Requirements And Procedures For Both Launch Vehicle And Spacecraft And Recommend Tailoring To The Pn’s Requirements. 6.7 Site Surveys support On-site Surveys Of The Pn’s Launch Pad, Range, And Associated Facilities. 6.8requirement Definition Support provide To The Pn General Technical Assistance And Support In Their Requirements Definition Generation For Their Pn National Space Missions. 6.9space Training provide A Catalog Of Space Training Courses Available Through The U.s. Government Or Other Means For Pn To Participate In And Gain A Better Understanding Of Space Knowledge And Operations 6.10technical Interchange Meetings support Technical Interchange Meetings, Planning Conferences, Review Meetings, And Other Relevant Meetings To Be Defined By The Pn. Pn Is Requesting 20 Meetings Per Year (4 In-person, Either In The U.s. Or In The Pn’s Territory, And 16 Virtual). 7. Requirements Mapping Study develop A Requirements Matrix Or Other Traceability Tool That Enables The Ability To Verify And Validate Requirements.
Municipality Of Gregorio Del Pilar, Ilocos Sur Tender
Healthcare and Medicine
Philippines
Closing Date19 Mar 2025
Tender AmountPHP 3 Million (USD 54 K)
Details: Description Item No. Unit Item Description Quantity Unit Cost 1 Box Acethylcistein 600/mg / 20 Sachet (fluimucil) 20 1,050.00 2 Gallon Aidex 12 2,800 3 Gallon Alcohol 20 500 4 Pc Alcohol 1liter 60 300 5 Box Aluminum Magnesium 200mg/100mg 100's Tablet 30 200.00 6 Box Ambroxol 30mg/ 100 Tablet 30 140 7 Box Amlodipine 10mg / 100 Tablets 50 130 8 Box Amlodipine 5mg / 100 Tablet 200 110 9 Box Amoxicillin 500mg/100 Capsule 30 320 10 Box Aspirin Tablet 80mg/ 100 Tablets 100 150 11 Box Atorvastatine 20mg /100 Tablets 60 220 12 Vial Atropine Sulfate 1mg/aml (atrex) 10'vial 1 490 13 Pc Avocather Gauge 22 500 50 14 Pc Avocather Gauge 26 100 50 15 Btl Azithromycin 200mg/ml 500 180 16 Box Azithromycin 500mg/ 30' Tablets 100 650 17 Box B-complex Ampule 100mg/100mg/1mg/ 10pcs 30 280 18 Box B-complex Tablet/ 100 50 200 19 Pc Beam Balance Weighing Scale 1 12,000.00 20 Gallon Betadine Maxi Aid 8 2,500.00 21 Box Betahistine 16mg/ 100 Tablets 100 460.00 22 Tube Betametasone Ointment 1mg/g (0.1) Cream 50 100 23 Pc Bp Apparatus 10 3,500 24 Box Calcium Carbonate 500 Mg/ 100tablet 50 400 25 Box Candesartan 16.5mg/100mg 20 780 26 Box Carboceistine 500mg/ 100 Tablets 80 250 27 Box Carvedilol 6.25mg/30 Tablet 200 180 28 Box Cefalexin 500mg/ 100 Tablets 30 460 29 Box Cefixime 200mg/ 30 Tablet 50 465 30 Vial Ceftriaxone Vial 1g Powderfor Injection 50 50 31 Box Cefuroxime 125mg/ml 50 175 32 Box Cefuroxime 500mg/ 10 Tablets 100 230 33 Vial Cefuroxime 750mg Powder For Injection 50 60 34 Box Celecoxib 200mg/100 Tablets 50 285 35 Box Cetirizine 10mg /100 Tablets 70 190 36 Btl Cetirizine 5mg/5ml Syrup 300 70 37 Btl Cetitizine 2.5mg/ml Drops 50 50.00 38 Box Cinnarizine 25mg/100 Tablets 100 170 39 Box Ciprofloxacin 500mg/100 Tablets 50 300 40 Amp Ciprofloxacin Amp 200mg/100ml 30 60 41 Box Citicoline 500mg/30 Tablet 10 550 42 Btl Clarithromycin 250mg/ 5ml 100 460 43 Box Clarithromycin 500mg/ 30 Tablets 50 570 44 Box Clean Glove 6.5 50 1100 45 Box Clean Glove 7 50 1100 46 Box Clean Gloves 7.5 30 1100 47 Box Clindamycin 300mg/100 Tablet 50 690 48 Box Clonidine 75mcg/100 Tablets 25 750 49 Box Clopigdogril 75mg/100 Tablet 100 200 50 Box Cloxacillin 500mg / 100 Tablets 30 450 51 Box Co-amoxicla 625mg/ 14 Tablet 500 280 52 Btl Co-amoxiclav 125mg/31.25mg/5ml 60ml 500 156 53 Btl Co-amoxiclav 250mg/62.5mg/5ml 60 Ml 500 166 54 Roll Cotton 400g Roll 20 300 55 Pc D50/50 10 250 56 Box Dental Anesthesia 20mg/10mg Per Ml 50's 25 1500 57 Set Diagnostic Set Opthalmoscope/otoscope Welch Allen 2 50,000 58 Vial Diazepam 5mg/ml,2ml Amp 2 280 59 Box Digoxin 0.25 Mg/100 Tablet 30 655 60 Box Donepezil 10mg, 100'tablet 1 12,700 61 Amp Dopamine 40mg/ml 10'amp 1 780 62 Box Doxofylline 400mg/ 30 Tablets 40 285 63 Tube Edta Tube 2ml 2 1100 64 Tube Edta Tube 5ml 3 1200 65 Box Empaglilfozin 25mg/30 Tablet Tablet 5 2,610 66 Box Entresto 50 Mg 28 Pcs 1 6,615 67 Box Epineprine 1mg/ml / 10 Ampules 1 250 68 Box Epirisone 50mg/ 30 Tablet 5 1200 69 Box Erciflora Probiotics 20 650 70 Box Facemask 100 230 71 Box Felodipin 5 Mg 100 Tablets 10 580 72 Box Folic +ferrous Sulfate + Bcomplex Tab/100 Tablet 100 350 73 Box Furosemide 20mg/ 100 Tablet 50 300 74 Box Furosemide Ampule 10mg/ml 10 Amp 5 180 75 Pc Gentamycin Sulfate 5ml Eye And Ear Drops 50 130 76 Box Gliclazide 80mg/ 100 Tablets 50 190 77 Btl Glycerine Adult 1mg/ml 12 Pcs 2 397 78 Btl Glycerine Pediatric Suppository 12 Pcs 2 397 79 Box Hbsag Casette 20's 2 3,000 80 Box Hydralazine 20mg/ml/ 10 Ampules 1 390 81 Box Hydrocortisone 250mg/ 10 Vials 1 1,800 82 Box Hyoscine 10mg/ 100 Tablet 100 520 83 Box Hyoscine 20mg Ampule 10's 20 350 84 Pc Infant Digital Weighing Scale 1 6,000 85 Box Insulin Syringe 1cc G29 100's 5 1,000 86 Pc Intubating Style Guide Wire 4 600 87 Box Irbesartan 150mg/ 100 Tablet 10 620 88 Box Isosorbide Mononitrate 30 Mg / 100 Tablets 10 1,100 89 Pc Iv Catheter Macro Infusion/macroset 500 90 90 Box Keto Analogue 630mg/ 100 Tablet 50 1250 91 Tube Ketoconazole Cream 20 90 92 Pc Laryngoscope Welch Allyn Fiber System 1 136,000.00 93 Btl Lidocaine 2% Solution20mg/ml 5 110 94 Box Loratidine 10mg Tab /100 Tablets 30 280 95 Box Losratan 50 Mg /100 Tablets 200 120 96 Pc Lysol Spray 20 860 97 Box Memry 10mg 1 5200 98 Box Metformin 500mg Tablet/ 100 40 145.00 99 Box Methyllergometrine 200mcg/ml/ 10 Ampules 1 470 100 Box Metochlompramide 10mg/2ml Injectable/ 10 Vials 30 120 101 Btl Metochlopramide 5mg/5ml Syrup 100 55 102 Btl Metronidazole 125mg/5ml 50 50 103 Box Micropore 3m Transpore 3 1,600 104 Box Mulivitamin + Iron 500 Mg/ 100 Tablets 200 300 105 Box Multivitamins Syrup 200 85 106 Box Multivitamis + Mineral 100 Tablets 100 450 107 Pcs Mupirocin Ointment 20mg/g 100 90 108 Pc N95 30 115 109 Vial Naloxone 400mcg 5's Vial 1 8500 110 Pc Nebulization Kit 50 90 111 Box Nevebolol 5mg / 30 Tablet 4 450 112 Box Nsi Dengue Kit 3 5100 113 Pc Oil Immersion 500ml 1 9,000 114 Box Omeprazole 40mg 100'capsule 50 750 115 Pc Omeprazole 40mgpowder For Injection Iv 30 80 116 Btl One Touch Select Plus Simple Glucose Strip 5 2000 117 Box Ors ( Hydrite Granules For Solution) 100's 3 2600 118 Pc Oxyegn Adult 30 100 119 Pc Oxygen Regulator 5 2,100 120 Box Paracetamol 100mg/ml Drops 50 30 121 Pcs Paracetamol 125mg/5ml Syrup 50 45 122 Box Paracetamol 150mg/2ml For Injection/ 10 Vials 20 150 123 Amp Paracetamol 250/5ml Syrup 100 60 124 Pcs Paracetamol 500 Mg/ 100 Tablets 100 130 125 Btl Phenylpropanolamine 12.5 Mg/5ml 100 60 126 Btl Phenylpropanolamine 6.25 Mg/ml 100 50 127 Btl Plrs 1 Liter 100 110 128 Btl Prednisone 10mg/5ml 20 80 129 Box Pregnancy Test / 50 Pcs 1 650 130 Box Probiotic Omx / 100 Capsule 50 4,500 131 Box Propranolol 10mg 100's Tablet 30 280 132 Pcs Ranitidine 150mg Tablet 30 165 133 Pc Ranitidine Amp 25mg/ml Amp 32 35 134 Box Renakult 500mg/ 60 Tablet 10 2340 135 Box Rosuvastatine 20mg/100 Tablet 30 640 136 Box Salbutamol + Ipratropium 2,5mg/500 Mcg Per 2.5 Ml 50 590 137 Btl Salbutamol 2mg/5ml 200 70 138 Box Salbutamole Neb 1mg/ml / 30 Pcs 80 470 139 Btl Salinase 0.65 % Nasal Spray 30 Ml 20 198 140 Box Salmeterol + Fluticasone Inhaler 10 560 141 Pcs Salter Weighing Scale 2 2,100.00 142 Box Sodium Ascorbate 500mg/ 100 Capsule 100 450 143 Box Sterile Gauze 4x4 Pad 60 750 144 Box Stimuno 25mg/5ml Syrup 10 470 145 Box Syringe 10ml 5 700 146 Box Syringe 3ml 10 610 147 Box Syringe 5ml 10 650 148 Pc Test Tube Brush 5 200 149 Box Thypidot 2 7,000 150 Pc Topcare 4n1 Multi Meter Machine 3 6,000 151 Btl Topcare Cholesterol Strip 10 2,700 152 Btl Topcare Glucose Strip 10 2,000 153 Btl Topcare Hemoglobin Strip 10 2,800 154 Btl Topcare Uric Acid Strip 10 2,000 155 Box Tramadol 50mg/ (100mg/2ml)ml Iv/ 10 Vials 2 186 156 Box Tranexamic Acid 500mg/ 100 Capsule 5 690 157 Amp Tranexamic Acid Amp100mg/ml (500mg/5ml) 20 50 158 Pc Trauma Bag 3 3,000 159 Box Trimetazidine 35mg/ 100 Tablets 100 320 160 Pc Ultrasound Thermal Paper 10 2300 161 Box Vitamin E 400mg 20 450 162 Set Water Bottle Testing 100'bottles 1 15,000.00
City Of Bayawan Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date22 Apr 2025
Tender AmountPHP 296.3 K (USD 5.2 K)
Details: Description Request For Quotation Rfq No. Svp 25-b-0143 Date April 03,2025 Pr Reference 100-25-03-034 Philgeps Reference No. End - User Slaghterhouse Closing Date April 21,2025 Deadline/opening Date April 22,2025 Designated Places Of Submission (bid Box Designated Locations) 1. Bac Office, Cabcabon, Bayawan City 2. Public Market Office, Bayawan City 3. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With The Rfq 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp,shopping,highly Technical Consultants) B. Certificate Of Philgeps Registration (platinum Membership)(np-two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq).basis Of Evaluation For This Rfq: By _____lot By _____item A Copy Of Your Current Business Permit And Philgeps Certificate Or Registration Is Also Required To Be Submitted Along Withyour Quotation/proposal. Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210-1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairman Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3. Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4. Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5. Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6. Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7. Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 8. The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 9. The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 10. Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 11. Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 25-b-0143 Total Abc: Php 296,341.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description (qty) Unit Of Issue Approved Budget For The Contract (totalabc Per Line Item) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Purpose: Supply And Delivery Of Other Supplies And Materials For Sluaghter Operation Use. I Lot I Carpentry Tools And Supplies 1 Locker Cabinet, Metal, 24 Compartments With Dual Lock (camlock And Padlock Ready), 185x90x40 Cm, With Ventilation, Gray 1 Unit 23,000.00 [ ] [ ] 2 Tie Wire, #18 20 Kilo 80.00 [ ] [ ] 3 Cutting Disc, 100mm Dia, For Metal 5 Piece 105.00 [ ] [ ] 4 Cutting Disc, Concrete, 4 Inches (heavy Duty) 2 Piece 380.00 [ ] [ ] Ii Lot I Electrical Supplies And Materials [ ] [ ] 5 Electric Extension Reel, Cord Length: 25-50m , Cord Size: #16, 4 Sockets, Power Switch, Thermal Cut-out Protection, Winding Knob, 220v 1 Roll 3800.00 [ ] [ ] Iii Lot I Farm/garden Tools And Accessories 6 Loop Handle Brushcutter, Recoil Starter, 34-35.8 Cu.cm. (cc), Unleaded/gasoline, 0.5-1.5l, Outdoor Operation Mode, Single Cylinder, 4-stroke,12.kw(1.6hp), 7000rpm, At Least 1.6-1.9 N.m, 5,500rpm, 1cylinder, Single Exhaust Pipe, Rotary Type(oil Mist), Ohc, At Least 39.0x30.0mm, Solid Drive Shaft, Semi-dry Type, 1885x325x250, 0.1 Liter Oil Capacity, 6-8 Kgs., Oil Mist Lubrication System, Blade Safety Frame Guard, Anti Vibration, 2 Blade Guards, 4 Blade Tooth, With Googles And Harness, Loop Handle Type, 6 Months To 1 Year Warranty, Lgu Bayawan City As Registered Owner O. R. 1 Unit 18,000.00 [ ] [ ] 7 Garden Hose, With Ply, .5" Dia., 90mtr. 1 Roll 3,150.00 [ ] [ ] 8 Empty Sack, New, 50kg Capacity, White 625 Piece 20.00 [ ] [ ] Iv Lot I Oxygen/lpg Supplies And Materials 9 Lpg Tank With Content, 50kg 10 Tank 11,500.00 [ ] [ ] 10 Lpg Hose, Lpg Hose 10 Meter 120.00 [ ] [ ] 11 Lpg Regulator, Lpg Regulator,with Gauge 4 Piece 1,900.00 [ ] [ ] V Lot I Other Supplies And Materials 12 Banyera, 70 Liters Capacity, Color Blue, Rubberized Heavy Duty Banyera Made Of Plastic Material Hdpe Colour, Oval Fish Crate 10 Unit 700.00 [ ] [ ] 13 "empty Drum, Polyethylene Material 200 Liter Capacity Height: 93mm Length: 580mm Heavy Duty" 3 Piece 2,500.00 [ ] [ ] 14 Wheel Barrow, Deep Type, 13" X 3" Solid Tire, Heavy Duty 2 Piece 4,000.00 [ ] [ ] 15 Knife Sharpener, (bairan) Good Quality 11 Piece 200.00 [ ] [ ] 16 Padlock, 20mm, Heavy Duty 10 Piece 200.00 [ ] [ ] 17 Padlock, 40mm, Heavy Duty 10 Piece 300.00 [ ] [ ] 18 Honing Steel, 12" 6 Piece 460.00 [ ] [ ] 19 Padlock, 60mm, Heavy Duty 4 Piece 500.00 [ ] [ ] 20 Wheel Barrow, Shallow 3 Unit 2,835.00 [ ] [ ] 21 Weighing Scale, Hanging Hook,200 Kg Capacity,steel, Heavy Duty 1 Piece 1,500.00 [ ] [ ] 22 Animal Marking Stick, Screw Type 27 Piece 2,700.00 [ ] [ ] Vi Lot I Plumbing Supplies 23 Hose Clip/clamp, Stainless Steel, 20mm - 32mm, Heavy Duty 10 Piece 98.00 [ ] [ ] 24 Hose Clip, 5/8", Hose Clip, 5/8" 20 Piece 18.00 [ ] [ ] 25 Ball Valve, 15mm Dia Brass/bronze 5 Piece 250.00 [ ] [ ] 26 Ball Valve, 1/2 X 1/2 With Lock Wing 5 Piece 220.00 [ ] [ ] 27 Gi Coupling, 15mm Dia Sched. 40 10 Piece 26.00 [ ] [ ] 28 Nipple, G.i., 15mm Dia X .35m, Sched. 40 8 Piece 77.00 [ ] [ ] 29 Pressure Washer Hose, Sewer Drain Water Cleaning Hose, With Multi-functional Jet Nozzles, 30m 2 Set 3,500.00 [ ] [ ] 30 Pressure Hose, Good Quality, (30m/roll) 1 Roll 1,350.00 [ ] [ ] 31 Garden Hose, 1 Inch Diameterx100 Meter Long/roll With Ply 1 Roll 3,800.00 [ ] [ ] 32 Stainless Steel Pipe, 40mm X 6.0m 2 Length 4,900.00 [ ] [ ] 33 Stainless Steel Pipe, 50mm Dia X 6.0m 2 Length 7,000.00 [ ] [ ] Vii Lot I Steelwork Supplies And Devices 34 Electric Drill, 1800w, 220 Vac, With Complete Accessories 1 Piece 5,600.00 [ ] [ ] 35 "portable Welding Machine , ► Power Voltage (v): 220 V ►rated Input Capacitance: 7.4 ►input Voltage Frequency (hz): 60 Hz ►iso 9001 Certified With Ac Plug, Electrode Holder And Welding Cable, Earth Clamp And Cable, Welding Mask With Handle, Steel Brush, Complete Package." 1 Unit 9,000.00 [ ] [ ] 36 Welding Rod/electrode, 3.2 X 350mm Stainless 308-r E30316 3 Kilo 475.00 [ ] [ ] 37 Welding Rod, E 3016 5 Kilo 100.00 [ ] [ ] 38 "angle Grinder, Rated Power Input: At Least 900 Wattage No Load Speed: At Least 11000rpm Power Output: 450w Grinding Spindle Thread: M10 Disc Diameter: 100mm (4"") Tool Dimensions (approx): Length - 250mm, Width-73mm, Height-100mm Weight 1.9 Kg Switch 2-way Surface Grinding (roughing) Vibration Emission Value Ah 7.5 M/s² Uncertainty K 1.5 M/s² Sanding With Sanding Sheet Vibration Emission Value Ah 7.5 M/s² Uncertainty K 1.5 M/s² 1 Year Parts & Service" 1 Unit 5,000.00 [ ] [ ] ***nothing Follows*** (supplier Must Provide Complete Data For The Information Required Below) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Batangas Medical Center Tender
Healthcare and Medicine
Philippines
Closing Date5 Jun 2025
Tender AmountPHP 11 Million (USD 198.1 K)
Details: Description Invitation To Bid Ib 2025-022 1. He Batangas Medical Center, Using A Single-year Framework Agreement, Through The General Appropriations Act Intends To Apply The Sum Of The Following Projects Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Bid. Bids Received In Excess Of The Abc For Each Bid Shall Be Automatically Rejected At The Bid Opening. Projects/contract Duration Project Code Abc Pre-bid Conference Opening Of Bids Supply And Delivery Of Various Medical And Surgical Supplies - Framework Agreeement Ib2025-022 11,018,676.00 May 20, 2025 1:00 P.m. June 3, 2025 9:00 A.m. Particulars: Category No. Of Line Items Total Abc Category 1 – Medical Devices 13 796,875.00 Category 2 – Catheters & Drains 5 312,500.00 Category 3 – Sutures 4 1,261,876.00 Category 4 – Or Supplies 12 2,120,500.00 Category 5– Oxygen Delivery System 11 3,001,250.00 Category 6– Solutions 6 2,124,675.00 Category 7 - Tubes 5 321,000.00 Category 8 - Dressing & Sponges 1 1,080,000.00 2. Bid Document Fee The Cost Of Bidding Document Shall Correspond To The Abc Range Of The Category To Be Participated As Indicated In The Table Below. If More Than One (1) Category, The Sum Of The Abc Per Category Shall Be The Basis For The Amount Of The Bid Document Fee. Approved Budget For The Contract Bid Document Fee 1 500,000 And Below 500.00 2 More Than 500,000 Up To 1 Million 1,000.00 3 More Than 1 Million Up To 5 Million 5,000.00 4 More Than 5 Million Up To 10 Million 10,000.00 5 More Than 10 Million Up To 50 Million 25,000.00 6 More Than 50 Million Up To 500 Million 50,000.00 7 More Than 500 Million 75,000.00 Example: Category 1 Abc: Php 10,000,000.00 Category 2 Abc: Php 5,500,000.00 Category 1 Abc + Category 2 Abc = Total Abc 15,500,000.00 (hence, The Bid Document Fee Shall Be Based On Bracket No. 5 Amounting To Php 25,000.00) 3. The Batangas Medical Center Now Invites Bids For The Above Procurement Project/s. Delivery Of The Goods Is Required After Issuance Of A Call-off. Bidders Should Have Completed, Within 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 (instruction To Bidders). 4. 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. 5. Prospective Bidders May Obtain Further Information From Batangas Medical Center And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Mondays To Fridays. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Through Electronic Process Onmay 13, 2025 To June 3, 2025free Of Charge From The Website Of The Procuring Entity: Https://batmc.doh.gov.ph/public-bidding/procurement/invitation-to-bids/2025-invitation-to-bid-and-details Only Bidders Who Paid The Applicable Fee For The Bid Document And Who Submitted Proof Of Payment Shall Be Allowed To Participate In The E-bidding And Submit The Bid Pursuant To The Latest Guidelines Issued By The Gppb And Upon Specific Instruction Of The Procuring Entity, In The Amount Stated At The Table Above. Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Batangas Medical Center Will Hold A Pre-bid Conference On May 20, 2025, 1:00pm. Through Video Conferencing Via Google Meet, Which Shall Be Open To Prospective Bidders. Google Meet Joining Info Video Call Link:https://meet.google.com/mtu-ctik-kuy 8. Bids Must Be Duly Received By The Bac Secretariat At The Electronic Portal To Be Given Before The Scheduled Bid Opening Stated Above. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Securing Declaration Or Any Form Of Bid Security In Any Of The Acceptable Forms And In The Amount Stipulated In Itb Clause 14. 10. Bid Opening Shall Be On June 3, 2025, 9:00 A.m. Via Google Meet Portal. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Will Be Given The Link To The Portal Once Proof Of Payment Have Been Submitted. 11. The Batangas Medical Center 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 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Hbac Secretariat Batangas Medical Center Kumintangibaba, Batangas City Tel. Nos. (043) 740-8303 To 8307 Local 1129 Or 1158 Bac@batmc.ph / Bac@batmc.doh.gov.ph 13. You May Visit The Following Website: For Downloading Of Bidding Documents: Https://batmc.doh.gov.ph/public-bidding/procurement/invitation-to-bids/2025-invitation-to-bid-and-details Date Of Issue: May 9, 2025 (sgd.) Jose Apollo J. Arago, Md, Dpba, Fpsa, Mha Hbac Chairperson Reminders For Online Bidders Prebid Conference 1. The Batangas Medical Center Will Hold A Pre-bid Conference On May 20, 2025, 1:00 P.m. Through Video Conferencing Via Google Meet, Which Shall Be Open To Prospective Bidders. Google Meet Joining Info Video Call Link: Https://meet.google.com/mtu-ctik-kuy 2. Interested Parties May Pre-register Before The Said Date Through This Link Https://forms.gle/eejplo2hveyfvyns7and Meeting Invitation Shall Be Sent To Your Registered Email Address Otherwise Wait For The Meeting Invitation To Be Posted In Batmc’s Official Website And Social Media Pages Or Contact Our Bac Secretariat For Details. 3. Please Click The Link To The Attendance Registry At The Google Meet Waiting Room On The Day Of The Actual Conference To Document Your Presence In The Said Event. Certificate Of Attendance Shall Be On A Per Request Basis However, We Cannot Provide Such Certificate If You Did Not Log In The Registry. 4. Please Be Advised That The Pre-bid Conference Shall Be Audio And Video Recorded, And Stored As Part Of The Documentation Process Of The Batangas Medical Center. Hence, Your Attendance To The Event Shall Indicate Your Explicit Consent On The Recording Of Your Image And Voice, Collection And Processing Of Your Personal Data As Disclosed And Captured During The Event. Rest Assured That Processing Of Data Is Done Solely For Legal Purposes And In Compliance With The Government Procurement Reform Act. Submission Of Bid Documents The Batangas Medical Center Will Only Accept Bid Documents Submitted Electronically To The Designated Google Form Link Before The Opening Date Of The Bids. Bidders Are Required To Show Official Receipt (o.r.) Submitted To Bac@batmc.phbefore It Will Be Given The Link For Submission Of Bid Documents. Payment Can Be Made By Paying Directly To The Cashier Of The Procuring Entity Or Through Bank Transfer At: Bank Name: Land Bank Of The Philippines, Account Name: Batangas Medical Center, Account Number: 0302 1161 99. Proof Of Payment (cash Deposit Slip Or Check Deposit Slip) Must Be Emailed To The Bac@batmc.ph Cc: Cash@batmc.doh.gov.phto Be Given The Link For Submission Of Bids. A) Complete Name Of The Company B) Ib Code And Title Of The Project C) Location Of The Bank Where The Deposit Was Made 1. Bidders Must Submit 3 Files A. Copy Of Official Receipt B. Eligibility/technical File C. Financial File 2. Documents Must Be Continuous Scan Or Multiple Pages In One Pdf File. Include Table Of Contents In The Front Page To Facilitate For Quick Search Of The Document. 3. Files B And C Should Be Individually Compressed And Password Protected Using Third Party Applications Such As Win.zip, Win.rar, Etc… (password Shall Not Be Disclosed Until The Day Of Bid Opening) 4. Use The Following Format For Filename For Easy Identification Of Your Files. A. Projectcode_companyname_or B. Projectcode_companyname_eligibilitydocs C. Projectcode_companyname_financialdocs 5. The Bidders Are Given Only Three Attempts To Disclose Their Password Per Compressed Folder And Pdf File To Open The Documents. Should The Bidder Fail To Provide The Correct Password After The Third Attempt, Their Bid Shall No Longer Be Considered. The Secretariat Shall Take And Print A Screenshot Of Such Inquiries And Responses To Form Part Of The Records And All Incidents Should Be Recorded In The Minutes. 6. Link To The Submission Of Documents Shall Be Given, Emailed Or Sent Only To Bidders Upon Submission Of Proof Of Payment. 7. Documents Must Be Submitted Anytime Before The Opening Of Bids And Upon Showing Of Proof Of Payment (note: Needs Time For Secretariat To Download And Organize Files Before Bid Opening) 8. Late Submission Shall Be Invalidated Based On The Automatic Date/time Of Submission As Recorded In The Online Facility. 9. Corrupted Or Files That Are Inoperable During The Opening Are Likewise Invalidated. Please Check Your Files Accordingly After Submission. 10. In Case A Bidder Modifies Its Bid, It Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Only Be Allowed To Send Another Bid Equally Secured And Properly Identified. Filename Should Be Labelled As "modification" Of The One Previously Submitted E.g.: A. Projectcode_companyname_or(modification) B. Projectcode_companyname_eligibilitydocs(modification) C. Projectcode_companyname_financialdocs(modification) The Time Indicated In The Latest Bid Receipt Page Generated Shall Be The Official Time Of Submission. Bids Submitted After The Deadline Shall Not Be Accepted. Bid Opening 1. Bid Opening Shall Be On June 3, 2025, 9:00 A.m. Via Google Meet Portal. 2. Link To The Event Shall Only Be Given To Qualified Bidders Who Has Shown Proof Of Payment Of Applicable Fees For Bid Documents. 3. Meeting Invitation Shall Be Sent To Your Registered Email Address Or Contact Batmc Bac Secretariat For Details. 4. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Will Be Given The Link To The Portal Once Proof Of Payment Have Been Submitted. The Company Representative Shall Disclose The Respective Password For Each Of Their File To Be Opened During The Event. 5. If A Bidder Is Unable To Join And Attend In The Online Platform During The Bid Opening And His Bid Is About To Be Opened, The Secretariat Will Call The Bidder Through His Registered Phone Number And Ask Them To Join The Bid Opening Through The Provided Link. Bidders Are Given A Maximum Of Five (5) Minutes To Join The Online Platform. If The Bidder Was Not Able To Join The Online Platform Within Five (5) Minutes From The Call, The Bac Shall Move On To The Next Bid, If Any. If There Are No Other Bids To Be Considered, The Secretariat Shall Again Ask The Bidder To Join The Online Bidding Via Call And The Bac Shall Give The Bidder Another Five (5) Minutes To Join. If The Bidder Failed To Join Within The Allotted Time, His Bid Will No Longer Be Considered. 6. Please Be Advised That The Bid Opening Shall Be Audio And Video Recorded, And Stored As Part Of The Documentation Process Of The Batangas Medical Center. Hence, Your Attendance To The Event Shall Indicate Your Explicit Consent On The Recording Of Your Image And Voice, Collection And Processing Of Your Personal Data As Disclosed And Captured During The Event. Rest Assured That Processing Of Data Is Done Solely For Legal Purposes And In Compliance With The Government Procurement Reform Act.
5421-5430 of 5518 archived Tenders